MODIFICATION
70 -- Microsoft Groove Licenses and Support
- Notice Date
- 6/27/2006
- Notice Type
- Modification
- Contracting Office
- 1701 N Ft. Myer Drive, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- S-AQMPD-06-Q-1053
- Response Due
- 6/28/2006
- Archive Date
- 7/18/2006
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: 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 S-AQMPD-06-Q-1053 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 05-09. 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 Wednesday, June 28, 2006 at 11:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20037 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, Microsoft Client Groove Virtual Office Professional Edition License, 5186, EA; LI 002, Microsoft - Client Groove Enterprise Assurance for Professional Edition (SA), 5186, EA; LI 003, Microsoft Groove Enterprise Assurance for Professional Edition (Renewal for Existing Licenses), 50, EA; LI 004, Microsoft Groove Enterprise Assurance for Professional Edition (Renewal for Existing Licenses), 5, EA; LI 005, Microsoft Groove Enterprise Assurance for Professional Edition (Renewal for Existing Licenses), 750, EA; LI 006, Microsoft Groove Enterprise Assurance for Professional Edition (Renewal for Existing Licenses), 9, EA; LI 007, Microsoft Groove Enterprise License For Management Server ? Open Network, 1, EA; LI 008, Microsoft Groove Enterprise Assurance For Management Server Open Network, 1, EA; LI 009, Microsoft Groove Enterprise Relay Server License, Open Network, 2, EA; LI 010, Microsoft Groove Enterprise Assurance For Relay Server, Open Network, 1, EA; LI 011, Microsoft Groove Enterprise Backup Service License, Open Network, 1, EA; LI 012, Microsoft Groove Enterprise Assurance For Backup Service, Open Network, 1, EA; LI 013, Microsoft Groove Auditing Service (license) For the Management Server, 1, EA; LI 014, Microsoft Groove Enterprise Assurance For Auditing Service, Open Network, 1, 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 Lanah Hamrick at hamricklb@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. 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. Delivery shall be made within 30 days or less after receipt of order (ARO). 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 and/or guidelines. The contractor shall provide only the product specified herein. No substitutions will be accepted. Licenses shall be delivered, F.O.B. destination, within 15 calendar days of the receipt of a funded contractr to: U.S. Department of State, Bureau of Information Resource Management (IRM/SMART), 2401 E Street, N.W., Suite H1300, Washington, D.C. 200037: The prices shall include restricted rights use for 5 user licenses for each of the licenses listed in the price table and Enterprise Assurance for three and a half years beginning with the award date of the contract. Inspection and acceptance shall be performed by the Government representative at the destination. The following DOSAR Clauses apply: DOSAR 652.232-70, Payment Schedule and Invoice Submission (Fixed Price)(Aug 1999) ACQ Standard Format) (09/99) and DOSAR 652.225-71, Section 8(A) of the Export Administration Act OF 1979, as Amended (AUG 1999).Following FAR Clauses apply: 52.212-4, Contract Terms and Conditions?Commercial Items (Sep 2005); under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2006), the following clauses apply: FAR 203-6, Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.225-1, Buy American Act--Supplies (Jun 2003); FAR 52.232-34, Payment by Electronic Funds Transfer ? Other Than Central Contractor Registration (May 1999); and FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999); FAR 52.52.246-2, Inspection of Supplies--Fixed-Price (AUG 1996), and FAR 52.247-34, F.O.B. Destination. FAR Provision FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (MAR 2005) applies to this acquisition. Office of Acquisition Management (AQM) clauses: Nonpayment for Unauthorized Work, Safeguarding of Information, Smoke-Free Workplace Notice, Excluded Contractors and Subcontractors, and Organizational Conflict of Interest. The full text of a FAR clause or provision may be accessed electronically at .http://www.acqnet.gov/far. Following are the proposal Preparation Instructions/Evaluation for Award: Offerors shall enter a unit price and total for each of the CLINs set forth herein, and offerors shall enter a total price for all of the CLINs. One award will be made for all of the CLINs to the low priced, responsible offeror that provides the products and services identified in the solicitation within the delivery requirements specified. 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 acquisitions regulations and/or departmental guidelines, buyers my use criteria other than price to evaluate the offer. Please note tht such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. 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. Offers must be valid for 14 calendar days. No exceptions or qualifications will be accepted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with 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 S-AQMPD-06-Q-1053. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 05-09. The order type is firm fixed price. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430. The solicitation pricing on .www.FedBid.com will start on the date this solicitation is posted and will end on Wednesday, June 28, 2006 at 10:00 a.m. Eastern time (in effect at the time quotes are due) or as otherwise displayed at .www.FedBid.com. FOB destination is Washington, D.C.. The Department's Bureau of Information Resource Management requires renewal of software maintenance support (Updated Subscription Services and Support) for existing licenses and purchase of new licenses with maintenance support as listed in (1) above. These licenses and maintenance are required to maintain the existing Groove infrastructure domestically and abroad, as well as expand the infrastructure as described for the SMART project. Groove is a working environment that promotes the notion of a shared desktop. Project files, documents, schedules, calendars and many other items can be seamlessly shared across IT boundaries. This facilitates working groups that have to work under tight timelines. The Dos Information Technology Change Control Board (ITCCB) change management-approved addition of the Groove products to the DoS baseline. DoS has invested significantly in training and deployment of Groove software in order to support Iraq embassy operations, the Secretary?s? travel teams, Arms Control operations, S/ES, OBO, and several other important missions where there is a need to share documents and project files collaboratively over geographically dispersed facilities. Groove is the first successful collaborative software tool deployed at the Department of State. DoS inherited the original infrastructure during the Iraq handoff. Groove was used to setup IT operations over a network that had intermittent bandwidth in an austere environment. Groove allows collaboration over poor or even ?no? bandwidth environments as it replicates contents to each peer PC. Other collaborative products evaluated by DoS do not employ government certified encryption methods. It?s in the government's interest to choose COTS products that are compatible and widely accepted by industry and other government partners. Microsoft recently acquired Groove networks. The state of collaborative software is such that collaborative tools interoperate with each other, but not necessarily with tools provided by other vendors. Because Microsoft acquired Groove and it is a part of Microsoft Office, Groove as a collaborative environment will continue to be one of the primary collaboration environments available. Because Groove is becoming so well accepted, we can instantly collaborate with many other government agencies. The ability to share information between Government Agencies has been mandated by Congress. Groove is one of the few examples of a COTS product that can cross Government Agency IT boundaries. Under the SMART plan, Groove collaborative software will be introduced to posts that have the need to share workspaces with offices in the Department of State and potentially with other offices in other US Government agencies. Groove has undergone FIPS, NIST, NIAP and internal IA and CCB evaluation and/or accreditation. Groove has undergone rigorous DoS testing, certification and accreditation, user acceptance and ITCCB approval. There has been significant investment in training of Arms Control and SMART personnel on the maintenance of the Groove infrastructure. We have several contractors trained in server maintenance, forms building and collaborative space deployment. There is not another COTS product that can fulfill the value of this product at this time, additionally evaluation and deployment of an additional infrastructure would require a significant investment of time and funds in addition to the license and maintenance costs. Therefore, these requirements preclude consideration of a product manufactured by another company. Clarified that the prices shall include restricted rights use for 5 user licenses for each of the licenses listed in the price table and Enterprise Assurance for three and a half years beginning with the award date of the contract.
- Web Link
-
www.fedbid.com (a-28664, n-2677)
(http://www.fedbid.com)
- Place of Performance
- Address: Washington, DC 20037
- Zip Code: 20037
- Country: US
- Zip Code: 20037
- Record
- SN01078257-W 20060629/060627220520 (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 |