SOLICITATION NOTICE
70 -- RENEWAL GOLD SUPPORT/BLUE COAT SYSTEMS
- Notice Date
- 6/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, AP, 96376-5007
- ZIP Code
- 96376-5007
- Solicitation Number
- HE1260-05-R-0038
- Response Due
- 7/15/2005
- Archive Date
- 7/30/2005
- Description
- (i)This is a Brand Name combined synopsis/solicitation for commercial items in accordance with U.S.C. 2304 (1) FAR 6.302-1, Only One Responsible Source and no other supplier or services will satisfy agency requirements and FAR Part 12 and Part 15, as supplemented with additional information included in the solicitation. This announcement constitutes the only solicitation. (ii) RFP No. HE1260-05-R-0038(PR No. HE1260-5228-4000) is a Brand Name combined synopsis/solicitation for commercial items. This Brand Name combined synopsis/solicitation is issued as a request for proposals (RFP). Submit written offers to: Solicitation Number: HE1260-05-R-0038 Posted Date: Jun 29, 2005 Response Date: Jul 15, 2005 Current Response Date: Jul 15, 2005 Oral offers will not be accepted. FAX proposals will not be accepted. Your proposals should be emailed to Henry.Taylor@pac.dodea.edu. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This Brand Name combined synopsis/solicitation incorporated provisions and clauses in accordance with Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as a Brand Name only acquisition. (v) CLIN 0001 - Renewal Gold Support, 1YR, Model 800-0B, Blue Coat Systems Inc. P/N RNW-04071. For Machines Serial Numbers: 1902000077, 1902000183, 1902000206, 1902000207, 1902000325, 1902000371, 1904000257, 3002000038, 3902000003, 3902000007, 3902000034, 3902000038, 3902000039, 3902000114, 3902000157, 3902000179, 3902000180, 3902000181, 3902000192, 3902000193, 3902000194, 3902000197, 3902000260, 4902000079. 24 EACH CLIN 0002 - Renewal Gold Support, 1YR, Model, Director Base, For Serial Number 4602000056, Blue Coat Systems Inc. P/N: RNW-038226. 1 EACH CLIN 0003 - Renewal Gold Service, Reporter, Enterprise Edition, 1YR, Blue Coat Systems Inc. P/N: RNW-06399. 1 EACH CLIN 0004 - SmartFilter, 10,000 -19,999 Users, 1YR, Blue Coat Systems Inc. P/N: 070-04297. 14,000 EACH CLIN 0005 - Security Gateway Appliances, SG-800-0B, 3 X 10/100 Base-T, Blue Coat Systems Inc. P/N: 090-02626. 29 EACH CLIN 0006 - Power Cord, Straight -US, Blue Coat Systems Inc. P/N: 108-00064 Gold Service, SG-800-0B, Blue Coat Systems. 29 EACH CLIN 0007 - Gold Service, SG-800-0B, Blue Coat Systems Inc. 070-04071. 29 EACH CLIN 0008 - Director Appliance, 2 x 10/100 Base-T, SG Mgmt Edition 3.x, Blue Coat Systems Inc. P/N: 090-02653. 1 EACH CLIN 0009 - Director Gold Service, 1 Year, Blue Coat Systems Inc. P/N 070-03826. 1 EACH (vii) FOB: Destination for delivery to: DODDS Pacific Director's Office, Attn: Pacific IT Division, Unit 35007, APO AP 96376-5007 . Responsibility and Inspection: Unless otherwise specified in the contract the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. FAR 52.212-2 Evaluation - Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this Brand Name combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, their proposal. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. (xvi) All offerors shall complete the following Past Performance Questionnaire: ATTACHMENT 1 DoDDS PACIFIC PROCUREMENT DIVISION TORII AIR STATION, OKINAWA JAPAN PAST PERFORMANCE QUESTIONNAIRE Provide three (3) Government or commercial customers Past Performance on your Performance for whom you have provided similar services in the recent past. When determining the relevancy of the references provided, consider similarities to the scope of work required under this solicitation, IT hardware, software, supplies and equipment. Briefly describe the supplies/services provided to the customer and provide information on problems encountered, if any, and the offeror?s corrective actions. Indicate the name, voice and facsimile telephone numbers, and electronic email address of at least one point of contact at each reference listed. The company's individual completing the Past Performance maybe contacted after the proposal due date and maybe asked to supply additional information requested. The offerors are encouraged to ensure that their Past Performance is completed by three sources and submitted along with their proposal . In addition to sources identified by the offeror, the Government may use other sources in evaluating the offeror's overall past performance record. Please complete: Evaluator?s Company /Organization: Name of Evaluator: Duty Position/Title: I. CONTRACTOR'S INFORMATION: Please complete the following questionnaire on the below-listed contractor who has provided services in the past or is currently providing services for your company/organization. If any information is incorrect or incomplete please provide the complete accurate information. a. Contractor (Company/Name): _________________________________________________________________ Point of Contact: ___________________________________________________________________________ b. Contractor Address: __________________________________________________________________________ Telephone:___________________________________________________ c. Contract Information: 1. Contract Number: ________________________________________________________________________ 2. Type of Contract: Negotiated ___ Firm-Fixed Price ___ Cost Reimbursement ___ Hybrid (explain) _________________________________ 3. Technical Complexity of Work: Routine ___ Difficult ___ Very Difficult ___ 4. Period of Performance: ____________________________________________________________________ 5. Total Contract Amount: ___________________________________________________________________ 6. Services Provided (Explain, in some detail, the type of services provided by the contractor): II. PERFORMANCE INFORMATION: When responding to the following statements, choose the number on the scale below, based on the corresponding standard definitions described below, which most accurately describes the Contractor's performance under your contract effort. If the statement is not applicable to the circumstance of this contract effort, rate neutral. The numbers correspond with the following standard ratings: 0 thru 64 65 thru 100 UNACCEPTABLE ACCEPTABLE Numerical Rating Description of Standard: 65-100 The proposal demonstrates an acceptable record of past performance that exceeds capability of achieving overall program and performance objectives. Manifests strengths that will benefit the Government. 0-64 The proposal demonstrates an unacceptable record of past performance that manifests no chance of achieving overall program and performance objectives. THE CONTRACTOR? 1. Does the contractor comply with realistic delivery schedules, meet established project schedules, and conformed to contract requirements RATING: COMMENTS/REMARKS: 2. Did the contractor provide experienced managers and supervisors with the technical and administrative abilities as required to meet contract requirements? Does demonstrate ability to replace personnel, if necessary, without delay or impact to contract performance? RATING: COMMENTS/REMARKS: 3. Does the contractor utilizes quality and dependable suppliers? RATING: COMMENTS/REMARKS: 4. Does the contractor provide effective quality control, which result in supplies/services being delivered/performed in accordance with the provisions of the contract? RATING: COMMENTS/REMARKS: 5. Do the contractor Identify problems as they occurred? Do the contractor suggest alternative approaches to problems? Do the contractor display initiative to solve problems? RATING: COMMENTS/REMARKS: 6. Do the contractor requested additional information at appropriate times to solve issues regarding contract performance, customer satisfaction, or Contracting Officer needs? RATING: COMMENTS/REMARKS: 7. Do the contractor respond to emergency situations by promptly assessing the scope, providing accurate proposals, negotiating price and performance schedule, and timely performance in meeting customer needs? RATING: COMMENTS/REMARKS: 8. Do the contractor provide timely, accurate, complete and reasonable prices on items that meet the requirements of the project or modification? RATING: COMMENTS/REMARKS: 9. Do the contractor provide accurate invoices? RATING: COMMENTS/REMARKS: 10. Has the Contractor ever been given a Cure Notice, Show Cause Notice, Letter of Concerns, or had payment withheld for services not rendered? RATING: COMMENTS/REMARKS: 11. Do the Contractor provide timely resolution of warranty defects? RATING: COMMENTS/REMARKS: 12. Has the contractor demonstrated reasonable and cooperative behavior and commitment to customer satisfaction; and does the contractor demonstrate a business-like concern for the interests of its customers? RATING: COMMENTS/REMARKS: 13. Please provide any additional comments or remarks you feel may be useful in evaluating the respective contractor's performance below: COMMENTS/REMARKS: III. Thank you for your time and effort in completing this Past Performance Questionnaire. (xv) All proposals must be emailed to Mr. Taylor at Henry.Taylor@pac.dodea.edu. Proposals are required to be received no later than 1:00 PM, Japan Standard Time, Friday, 15 Jul, 2005. Oral offers will not be accepted. FAX proposals will not be accepted.
- Place of Performance
- Address: DODDS Pacific Director's Office, Attn: Pacific IT Division, Unit 35007, APO AP 96376-5007
- Zip Code: 96376-5007
- Country: Okinawa, Japan
- Zip Code: 96376-5007
- Record
- SN00838299-W 20050630/050628212707 (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 |