SOLICITATION NOTICE
D -- NimBUS Software, Maintenance and training
- Notice Date
- 2/8/2008
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-08-T-6014
- Response Due
- 2/22/2008
- Archive Date
- 4/22/2008
- Point of Contact
- Stella Davis, 805-594-6287
- E-Mail Address
-
Email your questions to USPFO for California
(stella.davis2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Proposals are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-08-T-6014 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200 5-23, effective 26 December 2007. This procurement is 100% set aside for small business and issued under NAICS code 511210. The small business size standard for this NAICS code is $23M. The California National Guard has a requirement for the following N imBUS software, maintenance and training. BASE INFRASTRUCTURE: *Nimbus Base Package - Entry Edition: 1 each; *Enterprise Console Designer: 1 each; *Enterprise Console Operator: 4 each. SERVER MONITORING: *Windows Server Monitoring: 24 each; *Unix/Linu x Server Monitoring: 6 each; *VMware ESX Server (per ESX Server): 4 each; *Windows Cluster Monitoring Pack: 4 each. DATABASE MONITORING: *MS SQL Server Database Monitoring: 2 each; *Oracle Database Monitoring: 2 each; *Sybase Database Monitoring: 1 each. NETWORK MONITORING: *Network Monitoring - Standard Pack: 1 each. APPLICATION MONITORING: *Microsoft IIS: 7 each. RESPONSE TIME MONITORING: *Standard Response Time Monitoring Pack: 1 each; *E2E Application RTM - Development Edition: 1 each; *E2E Applic ation RTM - Runtime Edition: 2 each. ANNUAL SOFTWARE MAINTENANCE FEES: *Base Year and four (4) option years. TRAINING: *Professional Services: 3 student days. Simplified Acquisition Procedures will be utilized. FAR 52.212-1, Instructions to Offeror-C ommercial Items; 52.212-2, Evaluation-Commercial Items and 52.212-3, Offeror Representations and Certifications apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5, Contract Terms and Conditions Required to I mplement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following clauses are incorporated: 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government (Alternate I); 52.208-4, Notice of Price Evaluation Preferen ce for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportuni ty; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans;52.232-33, Payment by Electronic Funds Transfer-Central Contractor r egistration; 52.232-36, Payment by Third Party; 52.222-39, Combating Trafficking in Persons; and 52.233-2, Service of Protest. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acqui sition; 252.212-7001, Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 252.205-7000, Provision of In formation to Cooperative Agreement Holders; 252.219-7003, 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 52.247-7024, Notification of Transportation of Supplies by Sea. The provisions/ clauses at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate apply to this acquisition. 252.232-7010, Levies on Contract Payments; and 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country are also applicable to this acquisition. All vendors must be registered in the Central Contractor Registrat ion (CCR). Quotes are due NLT 22 FEB 08 by 1200 hours at USPFO for California, Contracting Office, HWY 1, BLDG 633, PO Box 8104, San Luis Obispo, CA 93405. Requests shall be in writing to the above address, email or fax requests to (805) 594-6348, ATTN: Stella Davis.
- Place of Performance
- Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
- Zip Code: 93403-8104
- Country: US
- Zip Code: 93403-8104
- Record
- SN01504406-W 20080210/080208230050 (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 |