Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

D -- Solar Winds Software Licenses and Support - PWS - J&A

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ001316Q0055
 
Point of Contact
LaVivian Peasant, Phone: 703-697-8942, Woodrow Bell, Phone: 703 604-1465
 
E-Mail Address
lavivian.r.peasant.civ@mail.mil, Woodrow.w.bell.civ@mail.mil
(lavivian.r.peasant.civ@mail.mil, Woodrow.w.bell.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sole Source/Brand Name Justification Solar Software Licensing Performance Work Statement (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation document, HQ001316Q0055, is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price purchase order. (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 Effective : 15 Jun 2016. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This RFQ is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to is for the purchase of (1) Solar Winds Network Performance Montior (1) Solar Winds NetFlow Traffic Analyzer, (1) Solar Winds Engeineers Toolset. Please see the attached performance work statement (PWS) for specific requirements. The applicable North American Classification System (NAICS) code is 511210, Software Publishers. The small business size standard is $38.5 million. (v) Specifics. The Government intents to award a firm fixed price contract resulting from this combined synopisis/soliciation. (vi) DSCA intends to purchase the services under the following Contract Line Item (CLIN) • CLIN 0001- SolarWinds Performance Monitor SL 2000 License with one year Maintenance • CLIN 0002 -Solar Winds NetFlow Traffic Analyzer Module for Solar Winds Network License with 1st year Maintenance • CLIN 0003- Solar Winds Server& Application Monitor AL 1500 (up to 1500 monitors)-License with 1st year Maintenance • CLIN 0004 Solar Wind Networks Confirguration Manager DL50 (up to 50 nodes)-Licenses with 1st year Maintenance • Clin 0005- Solar Winds Engineer's Toolset Per Seat License (includes one desktop install & one Web named user) Licenses with 1st Year Maintenance (xv) Price - The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for award. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards. (xvi) Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006)\ 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Rerepresentation (Jul 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.203-3, Gratuities (Apr 1984) 52.232-40, Providing Accerlerated Payments to Small Business Subcontractors (Dec 2013) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.246-4, Inspection of Services - Fixed Price 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of Inspector General (Apr 2012) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far (xvii) Submission Requirements: Quotes shall be submitted by Tuesday, 19 July 2016, no later than 10:00 am. EST using the pricing schedule provided in this combined synopsis/solicitation. Quotes shall be submitted via email to lavivian.r.peasant.civ@mail.mil; and the contracting officer woodrow.w.bell.civ@mail.mil. with the subject line "HQ001316Q0055 Solar Winds Software." Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS). (vi) Place of performance is 5450 Carlisle Pike, Bldg 107 North Mechanicsburg, PA 17050.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001316Q0055/listing.html)
 
Place of Performance
Address: 5450 Carlisle Pike, Bldg 107 North Mechanicsburg, PA 17050., Mechanicburg, Pennsylvania, 17050, United States
Zip Code: 17050
 
Record
SN04180821-W 20160715/160713234610-1507f7026fa04906d95a4bcfeece84c6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.