Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2002 FBO #0083
SOLICITATION NOTICE

70 -- Altris Inventory Solution/Rapid Install/Software Delivery Solution Software

Notice Date
2/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
DADA13-02-T-0031
 
Response Due
3/6/2002
 
Archive Date
4/5/2002
 
Point of Contact
Kathleen Benjamin, 253-968-4914
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(kathleen.benjamin@nw.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number DADA13-02-T-0031 applies and is issued as a Request for Quote (RFQ). Solicitation Line Item is as follows: Line Item 0001, ALTRIS Inventory Solution License P/N 40100-09 or equal, 2200 ea; Line Item 0002, ALTRIS Software Delivery Solution License P/N 40200-09 or equal, 2200 ea. Line Item 0003, ALTRIS Rapid Install Solution License P/N 21400-11 or equal; 2200 ea; Line Item 0004, On-Site 2-Day Training to include all travel related expense s and training kits for up to 12 individuals, 1 job. Award will be on an all or nothing basis. Required Delivery Date 29 March 2002, or please state earliest delivery schedule. Request FOB destination pricing. Delivery address will be Madigan Army Medical Center, Bldg. 9040A (Receiving Sect) Fitzsimmons Drive, Tacoma WA 98431. This RFQ is issued as 100% Small Business Set Aside with an NAICS code of 443120 and a size standard of 500 employees. FAR 52.211-6, Brand Name or Equal applies to this quote with t he salient characteristics are as follows. The enhancement software must: 1) Allow for a native and seamless integration and enhancement of Microsoft SMS 2.0; 2) Allow capability of using SMS database; 3) Improve machine inventory capability to capture ALL machine serial numbers independent of DMI; 4) Possess the ability to process inventory with no footprint (installed client); 5) Possess the ability to create and push software packages by three different transports; 6) Incorporate a web-based administrato r/user; 7) Provide a bandwidth throttling that regulates bandwidth size; 8) Provide disaster recovery for poorly connected network machines; 9) Provide a web-based tool that can also push SMS configured packages; 10) Identify and filter out duplicate machi nes; 11) Provide a web-based package assembler for distribution independently or via SMS; 12) Deploy custom file and system registry changes; 13) Deploy new printer configurations or printer queue; 14) Deploy changes across platforms; 15) Undo any changes previously pushed and loaded; 16) Provide exchange profile data; 17) Contain pre-written WEB Based reports; 18) Be able to output inventory files as MIFS; 19) Contain a custom web report creation tool; 20) Able to automatically initiate helpdesk work order s; 21) Provide automatic notification that must be configurable and include SNMP traps; 22) Provide inventory that supports WMI; 23) Provide Software delivery capabilities to dynamic collections and 24) Include web based software delivery status reporting. The adjoining software will be Microsoft Windows 2000 enterprise server, Microsoft SQL 2000 and the hardware will be a dell server. MAMC currently employs Microsoft SMS 2.0 software for hardware/software inventory and push/pull technology of software di stribution and management. This system by itself has proven to be only marginally acceptable. Software delivery of upgrades, security patches and security hot fixes across the network has been marginal, at best. Identification of hardware requiring these actions and the delivery of required software has at times been reduced to one to one installation consuming valuable resources. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; however sub-parag raphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: Technical, Past Performance, Required Delivery Date and Price. Technical, Past Pe rformance and Required Delivery Date, when combined, are significantly more important than price. Technical shall be evaluated for best value to the Government based on the ability to function as required, quote on all line items and meet the stated salient characteristics. The Government reserves the right to award to other than the low bidder. Quoters are requested to submit clear and concise documentation/in formation addressing each of the characteristics. Quoters shall submit a minimum of two references with whom past performance can be verified to include points of contact, telephone numbers and total award amount. Quoters shall submit as a part of their quote, completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditi ons-Commercial Items, applies to this acquisition; addenda are stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following clauses within paragra ph 52.212-5(b) apply to this solicitation: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disable Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Di sabilities; 52.222-37, Employment Reports on Disable Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction of Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerci al Items apply to this acquisition. The following clauses within DFARS paragraph 252.212-7001(a) apply to this solicitation: 252-225-7001, Buy American Act and Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, and Validation of Restrictive Markings on Technical Data. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following website: http://farsite.hi ll.af.mil. In accordance with Section 508 of the Rehabilitation Act of 1973 (29 USC 794d), the quoter shall provide certification that products submitted in response to this RFQ complies with the applicable accessibility standards issued by the Architectu ral and Transportation Barriers Compliance Board at 36 CFR part 1194. The workforce Investment Act of 1998, Public Law 105-220, was enacted on August 7, 1998. Title IV of the Act is the Rehabilitation Act Amendments of 1998. Subsection 408(b) amended Se ction 508 of the Rehabilitation Act of 1973 (29 USC 794d). Subsection 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they must ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data by other Federal employees. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal departmen t or agency, have access to and use of information and data that is comparable to that provided to the public without disabilities. Comparable access is not required if it would impose an undue burden. Quotes in response to this combined synopsis/solicit ation are due not later than 06 March 2002, 3:00 PM Pacific Standard Time. Once the determination has been made by the Contracting Officer as to with whom a contract will be entered, a bilateral contract requiring the quoter?s signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer have signed the document. Wherever the words ?offer?, ?proposal?, ?offerors?, or similar terms are used in this solicitation, they shall be read to mean ?quote?, ?quotation?, or ?quoter? or similar corresponding terms to reflect that this solicitation is a Request for Quote. Firms offering in response to this notice should ensure r egistration in the Central Contractor Registration Database (www.ccr.gov), prior to submission for consideration. For further information regarding this acquisition, please contact Kathleen Benjamin at 253-968-4914 or email at Kathleen.Benjamin@nw.amedd.a rmy.mil. Quoters are requested to submit quotes via email; however, fax copies are acceptable at 253-968-4922. Hard copies should be mailed to Western Regional Contracting Office, Bldg. 9902 Lincoln St, Madigan Army Medical Center, Tacoma WA 98431.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN00029247-W 20020223/020221213220 (fbodaily.com)
 
Source
FedBizOpps.gov 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.