SOLICITATION NOTICE
70 -- Special Operations Software & Binary Research International Software
- Notice Date
- 9/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
- ZIP Code
- 62225-5406
- Solicitation Number
- DHQCSD07MPN0038
- Response Due
- 9/24/2007
- Archive Date
- 10/9/2007
- Point of Contact
- James Franey, Contract Specialist, Phone 618-229-9346, Fax 618-229-9507, - James Franey, Contract Specialist, Phone 618-229-9346, Fax 618-229-9507,
- E-Mail Address
-
james.franey@disa.mil, james.franey@disa.mil
- Description
- Referance #: DHQCSD07MPN0038 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Net-Centric Services Branch, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a combined/synopsis/solicitation for commercial items prepared in accordance with the format in 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. This acquisition is for the purchase of Special Operations Software and Binary Research International Softwar for DISA. Government will accept partial quotes of either software. All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. All quotes are due NLT 24 September 2007, 4pm CST. Questions will be accepted until 21 Sep 2007, 10am CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ LIN List Request #: 524743 LN SLN Itm Type Qty UOM Unit Price Ext Price DITCO Fee Start Date Duration 000004 -- SW_Purch 3,000 Each Dest Org: DISA CSD, Logistics/Sec Desc: Binary Research International Software Universal Imaging Utility (UIU) UIU2000-4999 000005 -- SW_Purch 3,000 Each Dest Org: DISA CSD, Logistics/Sec Desc: Special Operations Software Inc. Software Specops Deploy v3.1, Perpetual license Version 3.1 Price includes 2yr Support and Maintenance The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services. Originator?s Code: GS434 Complete Procurement Request Number: MIPR#DHQCSD07MPN0038 CORAS# 524743 JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1). JUSTIFICATION 1. Agency and Contracting Activity. Agency: Defense Information Systems Agency (DISA) Computing Services GS434 Central Staging Chambersburg, PA 17201 Contracting Activity: Defense Information Technology Contracting Organization (DITCO) Scott Field Office P.O. Box 25857 Scott AFB, IL 62225-5406 2. Nature/Description of Action(s). This action is for a new, firm fixed price contract for 3000 Universal Imaging Utility (UIU) software licenses with maintenance and support, 3000 Specops Deploy v3.1 software licenses with maintenance and support. Procurement will be for specific make and model of equipment by the original equipment manufacturer (Binary Research Inc. and Special Operations Software, Inc.). The effective period for this J&A concludes at the time of purchase. 3. Description of Supplies/Services. Item Description Qty Software Purchase 3000 Universal Imaging Utility (UIU) licenses 3000 Software Purchase 3000 new Specops Deploy v3.1 licenses with maintenance and support 3000 4. Identification of Statutory Authority. 10 U.S.C.2304? (1) and FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstration of Contractor?s Unique Qualifications. Specops Deploy Specops Deploy will allow the CSD Admin LAN to: ? Save time and money by utilizing our existing infrastructure. ? Increase efficiencies in our organization resulting in greater productivity and thorough Systems Management. ? Implement deployments to VPN users with support for remote users and slow network links. ? Know what version software has been deployed and when (as well as to which groups, departments and users). ? Support a mobile workforce by scheduling deployments. ? Have a way to distribute/support non Windows Installer setups. ? Support distribution of any kind of software package (.exe, .msi, .msp, drivers, patches) ? Receive real time reporting or feedback of each deployment (success or failure) Benefits of using Special Operations? Software Specops Deploy ? It integrates well into our existing infrastructure by snapping into our Active Directory environment. ? There will be no need for us to spend a lot of money or invest in additional hardware. There will be no need for us to learn a new technology or alter the way we operate resulting in a lower total cost of ownership versus other solutions in the market today (plug and play). ? No agents or schema extensions are required. ? Since Specops Deploy uses Group Policy technology, additional infrastructure besides Active Directory and Group Policy is not required. ? Specops Deploy is scalable for all sizes and structures of organizations. ? We can support software deployment using the system or the logged on user?s credentials. ? Support software distribution during boot, logon, or anytime when the target machine is started. ? Support for non Windows Installer setups. ? Client side target evaluation mechanism is available to help us decide if a software package should be downloaded and deployed or not. ? Safe versus future infrastructure changes. ? Excellent support pre and post sale (web demos also available). ? Easy to install and maintain. The CSD Admin LAN Corporate Support Team has successfully evaluated this product. Universal Imaging Utility (UIU) IT managers have struggled with the limitations of imaging since the 1996 release of host, the first cloning application, from Binary Research Ltd. In the ten years that have followed, many IT professionals have grown so accustomed to these limitations that they can no longer imagine a complete cloning solution. That solution, however, has now arrived. In 2004, Binary Research and Big Bang LLC introduced another first with the release of Big Bang?s Universal Imaging Utility (UIU). This ground-breaking innovation ensures that an Image created via any cloning application (Ghost, Acronis, Altiris, Novell ZENworks, etc.) will deploy to any business-class PC, both desktops and notebooks, regardless of make, model, processor, or configuration. The only qualification is that older client PCs (generally pre-1999 machines that don?t comply with the ACPI standard for power management) need one Image whereas newer ACPI-compliant PCs need a different Image. In the great majority of organizations, all PCs are ACPIcompliant and a single Universal Image is at long last a reality. The UIU works by preparing a master PC (that is, a fully configured Windows 2000 or Windows XP platform that the user wishes to clone) immediately prior to executing any cloning software. Specifically, the UIU installs an extensive database of drivers on the PC to ensure that the Image, when created by the cloning software, will deploy successfully on virtually every PC. The key to this advance is the UIU?s driver database, which contains drivers for more than 35,000 hardware components from systems integrators and OEMs such as Hewlett-Packard, IBM, Dell, Sony, Panasonic, Intel, AMD, NVIDIA, and 3Com. Despite the need to accommodate such a comprehensive suite of drivers, the database is small enough to fit comfortably on a single CD. Big Bang LLC has achieved this remarkable accomplishment by including so-called ?white box? drivers, which are functionally identical to their branded counterparts. Video card manufacturer ATI Technologies, for example, may produce branded drivers for each of its major customers: HP, IBM, Dell, and so on. These branded variants will typically differ in functionally insignificant ways such as inclusion of bespoke logos for each customer. The UIU database omits these brand variants, including instead only the unbranded versions that ATI Technologies and its counterparts supply ? typically, and hence the name, in white boxes ? to individuals who prefer to build their own PCs from OEM-supplied components. Central Staging has been using Ghost for the past three years. Essentially, this is the next logical step in the development of our cloning solution. CSD Central Staging has successfully evaluated this product. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD07MPN0038/listing.html)
- Place of Performance
- Address: H98272 DISA Computing Services Logistics Attn: Lisa Hoover (717) 267-9626 Bldg 1, Overcash Avenue Letterkenny Army Depot Chambersburg, PA Mark For: Ed Waller Central Staging Admin-LAN
- Zip Code: 17201-4123
- Country: UNITED STATES
- Zip Code: 17201-4123
- Record
- SN01411940-F 20070921/070920092646 (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 |