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 -- OPTION - Commvault Simpana Premium Coverage

Notice Date
7/13/2016
 
Notice Type
Presolicitation
 
Contracting Office
2010 Henderson Road, Quantico, VA 22134
 
ZIP Code
22134
 
Solicitation Number
M9543016RCDD009
 
Response Due
7/21/2016
 
Archive Date
1/17/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Quotes are being solicited under solicitation number M9543016RCDD009. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 806906. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-21 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Quantico, VA 22134 The USMC - Quantico requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/02/2016 - 09/03/2017 LI 001: Base Year Maintenance Agreement SharePoint VCE: Licensed Product F905B - Base Year 1 CommServe 2 DA-Active Directory 2 DA-SharePointortal/MOSS 2 DA-SQL 1 DA-Virtual Infrastruture Host 4 Std disk 1 TB Tier-A (1-49TB) CommCell Capacity License 2 Tape LMS 2 Virtual Environment Bundle Commvault Software Premium Coverage (24 hours a day, 7 days a week), 1, EA; Option 1 Period of Performance: 09/02/2017 - 09/03/2018 LI 001: Option Year 1 Maintenance Agreement SharePoint VCE: Licensed Product F905B - Base Year 1 CommServe 2 DA-Active Directory 2 DA-SharePointortal/MOSS 2 DA-SQL 1 DA-Virtual Infrastruture Host 4 Std disk 1 TB Tier-A (1-49TB) CommCell Capacity License 2 Tape LMS 2 Virtual Environment Bundle Commvault Software Premium Coverage (24 hours a day, 7 days a week), 1, EA; Option 2 Period of Performance: 09/02/2018 - 09/03/2019 LI 001: Option Year 2 Maintenance Agreement SharePoint VCE: Licensed Product F905B - Base Year 1 CommServe 2 DA-Active Directory 2 DA-SharePointortal/MOSS 2 DA-SQL 1 DA-Virtual Infrastruture Host 4 Std disk 1 TB Tier-A (1-49TB) CommCell Capacity License 2 Tape LMS 2 Virtual Environment Bundle Commvault Software Premium Coverage (24 hours a day, 7 days a week), 1, EA; Option 3 Period of Performance: 09/02/2019 - 09/03/2020 LI 001: Option Year 3 Maintenance Agreement SharePoint VCE: Licensed Product F905B - Base Year 1 CommServe 2 DA-Active Directory 2 DA-SharePointortal/MOSS 2 DA-SQL 1 DA-Virtual Infrastruture Host 4 Std disk 1 TB Tier-A (1-49TB) CommCell Capacity License 2 Tape LMS 2 Virtual Environment Bundle Commvault Software Premium Coverage (24 hours a day, 7 days a week), 1, EA; Option 4 Period of Performance: 09/02/2020 - 09/03/2021 LI 001: Option Year 4 Maintenance Agreement SharePoint VCE: Licensed Product F905B - Base Year 1 CommServe 2 DA-Active Directory 2 DA-SharePointortal/MOSS 2 DA-SQL 1 DA-Virtual Infrastruture Host 4 Std disk 1 TB Tier-A (1-49TB) CommCell Capacity License 2 Tape LMS 2 Virtual Environment Bundle Commvault Software Premium Coverage (24 hours a day, 7 days a week), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USMC - Quantico intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - Quantico is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time quotes.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 45 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EVALUATION: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. TECHNICAL EVALUATION STANDARD: The contractor shall address the following two factors: 1. Factor 1 ? Technical Capability ? Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery. 2. Factor 2 ? Price ? The offeror shall complete CLIN pricing. In addition to the completed CLIN pricing, the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. AWARD DECISION: The award decisions will be made as follows: (1) Step One ? Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government?s requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated ?unacceptable?, the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. Table A-1 (2) Step Two ? Evaluate Price. The offeror?s Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 ? Price. (3) Step Three ? Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror?s quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror?s submission of a quote constitute a contract or authorize the individual or company to being work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9fc5ef1b42c06ba311a80bbaeaf981f3)
 
Place of Performance
Address: Quantico, VA 22134
Zip Code: 22134
 
Record
SN04181782-W 20160715/160713235412-9fc5ef1b42c06ba311a80bbaeaf981f3 (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.