SOLICITATION NOTICE
70 -- Citrix Software (GSA Schedule bids)
- Notice Date
- 6/14/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1019-631467
- Response Due
- 6/22/2006
- Archive Date
- 7/12/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. The solicitation number is 1019-631467 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Thursday, June 22, 2006 at 15:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Citrix Part Number MW2ZPSA0001, Citrix Presentation Server Advanced Edition for Windows x1; Concurrent User Connection Pack with Subscription Advantage, 3000, EA; LI 002, Citrix Part Number MW2ZPSE0001, Citrix Presentation Server Enterprise Edition for Windows x1; Concurrent User Connection Packwith Subscription Advantage, 500, EA; For this solicitation, Department of State 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. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, 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 offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations a 0ff8 nd/or guidelines. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while c 0073 onsidering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. 0ff8 ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. FOB DESTINATION CONUS SHIPPING *Pricing valid for 90 days *Configuration must be deliverable through 2006 calendar year *Vendor must deliver 1% shippable within 72 hours, upon request, at no additional cost to the government. *Upon award please contact Robin Frazier (703-970-2106) to arrange for delivery within ten (10) days of award quantity two (2) of the awarded configuration to the PMA Lab for QA and Image Test. *Weight is a consideration for all items due to government shipping related costs. -Shipping hours are 7:00 AM - 3:00 PM, Monday thru Wednesday -Driver must call Dan Gardner (703-929-9674) or Devon Martin (703-906-8323) for -Dock Appointment prior to delivery of shipment. -Shipments without Dock appointments will be refused at the door. -The Purchase Order number must be clearly written on each box. -A packing slip must be included with every shipment. -Shipping Address: -U.S. Department of State -c/o ManTech -8020 Grainger Ct., Springfield, VA 22153 All boxes and containers must be clearly marked with the requisition reference number found in Block 4, of 347 Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. At the time equipment is delivered, vendors are required to complete the Vendor Deliverable Spreadsheet, E-Score Master. This spreadsheet will be used to populate the Departments E-Score Data 0ff8 bas 0ff8 e. 0ff8 The spreadsheet must be received prior to delivery of equipment. Failure to deliver the spreadsheet prior to shipment will result in a rejection of equipment at the dock. Failure to deliver the spreadsheet will result in a monetary penalty. Submission of incomplete configuration data will result in a delay of payment for which the vendor is responsible. -The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. -No other individual is authorized, either verbally or in writing to change part numbers, manufacturers, quantities, delivery dates or any other specification of this award. -Items that do not conform to descriptions and part numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendors expense. -Items not in compliance will be returned to the Vendor at no additional cost to the Government and comments will be noted to Vendor Performance. -Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. -GITM will NOT allow use of third party components in configurations. -Random QA will be performed. -IF it is determined third party components were used, and warranties are compromised, Vendor will assume cost to replace said item at no additional cost to the government. -The infraction will also be recorded in the Vendor's Performance file. Vendor will provide a written escalation process upon award to include the following information: -Sales Contacts: both Field and inside -Sales Ma 0ff8 nagement Contacts -Customer Support Reps and their Management to include: -Customer Service Representative -Warranty Liaison Representative -Integration Representative Please provide name, phone, email and back-up person in each area of responsibility. GITM would also like the vendor to provide an estimated time of response and plan for escalation to the next level. The Citrix Metaframe Presentation Server 3.0(MPS 3.0), as it is an integral piece in the program's Thin Client deployment package. The Citrix Metaframe Presentation Server 3.0(MPS 3.0) has been identified as a key component of the GITM Thin Client deployment. Use of third party software that has not been tested by the Department nor has been proven in concert with GITM specific server configurations may result in OS\application conflicts, increase the complexity of integration, and ultimately render the 'thin' solution inoperable. To ensure compatibility with existing network components in the field, the software must be a Citrx brand and provided by a Citrix reseller. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. The products identified by brand name herein have been determined to be the only items that meet the Department's requirements as a key component of the Department's networking system. The Citrix Presentation Server Advanced Edition for Windows, Part Number MW2ZPSA0001 and the Citrix Presentation Server Enterprise Edition for Windows, Part Number MW2ZPSE0001 have undergone testing, assessment, and evaluation for Thin Client compatibility and received final approval from the Department of State IT Configuration Control Board. No other information is provided to support the use of other than full and open competition. See detail in paragraphs (2) through (8) above.
- Web Link
-
www.fedbid.com (a-28304, n-2597)
(http://www.fedbid.com)
- Place of Performance
- Address: Springfield, VA 22153
- Zip Code: 22153
- Country: US
- Zip Code: 22153
- Record
- SN01069354-W 20060616/060614220547 (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 |