Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

70 -- VMWare Re-Instatement, Upgrade adn Renewals with Platinum Support/Subscription Upgrades.

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
HF1026-8135-0001-000
 
Response Due
8/13/2008
 
Archive Date
10/12/2008
 
Point of Contact
Jerry Lambert, 703-695-2952
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. BACKGROUND: The Contracting Center of Excellence, Army Pentagon, Washington, DC has a requirement for the purchase, delivery and maintenance on VMWare Software Re-Instatements and Renewals of Platinum Support/Subscription Upgrades for a period of one -1- year from conract award date. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR 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. All quotes must reference Request For Quotation number HF1026-8135-0001-000. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26. It is the Contractors responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at www.farsite.hill.af.mil. The North American Industry Classification System Code -NAICS- is 511310 Size Standard is $23.0 million. This requirement is 100% set-aside for small businesses. REQUIREMENT: Contactor shall provide, install and conduct maintenance as follows: CLIN 0001 VMWare Re-Instatement Qty: 8 CLIN 0002 VMWare Upgrade-SSS-Platinum Support 24x7 Qty: 11 ClIN 0003 VMW-Vmotion Support Renewal One -1- year Qty: 6 CLIN 0004 VMW-Enterprise Support Renewal One -1- year Qty: 11 CLIN 0005 VMW-VCMS Support Renewal Platinum One -1- year Qty: 2 CLIN 0006 11-UPG-NOVA/VMWare Enterprise Upgrade for 2 processors Qty: 2 CLIN 0007 11-UPG-018-Platinum Support/Subscription Upgrade to Enterprise Qty: 6 DELIVERY TO: Department of Defense, Office of the Inspector General, DODIG-OAIM-ALSD-SMD, 400 Army Navy Drive, Room 115, Arlington, VA 2220 PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation -FAR- provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph a. of the provision: Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement DFARS 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set Aside; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside;. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at the Contracting Center of Excellence, 5200 Army Pentagon, Room 1C256, ATTN: Jerry Lambert, Washington, DC 20310-5200, not later than 1:00 p.m., 13 August 2008. E-mail submissions will be accepted at lambertjg@conus.army.mil; however, it is the contractors responsibility to ensure that e-mail submissions are received by the contracting officer. Quotes shall include: -1- original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, -2- completed Representations and Certifications, and -3- acknowledgement of any amendments that may be issued. Questions must be submitted in writing no later than 11 August 2008. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officers address provided. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Mr. Jerry G. Lambert, Contract Specialist at 703-695-2952, e-mail lambertjg@conus.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13684f3ce3d0f8ade3dc06bb2d4d9486&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN01634480-W 20080809/080807224431-13684f3ce3d0f8ade3dc06bb2d4d9486 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.