Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

70 -- Remedy Software

Notice Date
9/23/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 3920 Pender Drive, Fairfax, VA 22030
 
ZIP Code
22030
 
Solicitation Number
2015825028
 
Response Due
9/25/2008
 
Archive Date
3/24/2009
 
Point of Contact
Name: Barbra Postell, Title: Contract Specialist, Phone: 7032781345, Fax: 7032781592
 
E-Mail Address
postellbj@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 2015825028. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 95585. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-25 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fairfax, VA 22030 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Purchase BMC Remedy Change Management software modules, including application license, 15 user licenses, development license and 3 development user licenses plus maintenance per following Bill of Materials: 252-5751061 BMC Remedy Change Mgmt Application/QTY1 Instance; 252-5751825 BMC Remedy Change Mgmt Application - Maint/BMC Fast Track 5x12/QTY 1 instance; 252-5751074 BMC Remedy Change Mgmt Fit 1-Pk Lsn/QTY 15 concurrent user/floating license; 252-5750935 BMC Remedy Change Mgmt Fit 1-Pk Lsn-Maint/BMC Fast Track 5x12/QTY 15 concurrent user/floating license; 252-5751066 BMC Remedy Change Mgmt Application Dev Lsn QTY 1 Instance; 252-5750151 BMC Remedy Change Mgmt Application Dev Lsn - Maint/BMC Fast Track 5x12/QTY 1 Instance; 252-5751070 BMC Remedy Change Mgmt Fixed 1-Pk Dev Lsn/QTY 3 Named User/Fixed License; 252-5750932 BMC Remedy Change Mgmt Fixed 1-Pk Dev Lsn-Maint/BMC Fast Track 5x12/QTY 3 Named User/Fixed License. SUPPORT CONTRACT ID: 1652. SUPPORT PERIOD: 10-SEP-2008 through 31-JUL-2009 Perpetual, 1, Lot; 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products, and NO "gray market" Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. Purchase of BMC Remedy Change Management software module for incorporation into existing REemedy installation, including server license, 15 user licenses, development license, 3 developer licenses and support for all items. Software is to be used to support process engineering within theDTSPO OSS network design and buildout activity. Remedy/BMC is the manufacturer of the software and the only providor of software support after initial procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98d037feb501362d9de7945eea41b245&tab=core&_cview=1)
 
Place of Performance
Address: Fairfax, VA 22030<br />
Zip Code: 22030<br />
 
Record
SN01679466-W 20080925/080923221428-98d037feb501362d9de7945eea41b245 (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.