SOLICITATION NOTICE
D -- SYMANTEC NETBACKUP SOFTWARE LICENSES
- Notice Date
- 5/8/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- 5630 Fishers Lane, Room 2129 Rockville MD 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1056624-09-DH
- Response Due
- 5/12/2009
- Point of Contact
- Debbie Hammond, Phone (301) 827-7157, Fax (301) 827-7039
- E-Mail Address
-
deborah.hammond@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis /solicitation for commercial items prepared in accordance with FAR 13.5 and the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. This is a total small business set-aside. The NAICS code is 423430. This is a firm fixed price contract. The period of performance is April 1, 2009 through March 31, 2010. The contractor shall provide software maintenance and licensing for Symantec software in accordance with the following: 1. Background The FDA Office of Information Management (OIM) focuses on creating and maintaining resource light IT environments for FDA applications that support the increasing need for information sharing and collaboration. Managing information in this new environment plays a critical role in enabling the FDA’s efforts to transform Agency operations and respond quickly and accurately to emerging scientific, technological, and economic trends affecting its regulatory mission. 2. Objectives The objective of the contract is to renew the licensing of the Symantec NetBackup software. This software is already in use at the FDA and this contract is to continue the support and maintenance of that software. Additionally, the FDA requires additional licensing to for the Symantec Veritas Backup Reporter software. 3. Scope The FDA is seeking the software maintenance and licensing for the following: Item 1, Part No. 12528828, VRTS Netbackup Server Premium Infrastructure Puredisk 6.5 XPLAT 1 Front End Tbyte Std Lic, Qty 160; Item 2, Part No. 12528815, VRTS Netbackup Server Premium Infrastructure Puredisk 6.5 XPLAT 1 Front End Tbyte Essential 12 Mos, Qty. 160; Item 3, Part No. 13569457, VRTS Backup Reporter 6.5 XPLAT STD LIC GOV BAND S, Qty. 100; and Item No. 4, Part No. 13569453, VRTS Backup Reporter 6.5 XPLAT Essential 12 months Gov Bands Items 1 and 2 are for the support and maintenance of our existing Symantec NetBackup software. This software is used to create tape backups of all FDA servers. Item 3 is the additional licensing required for the Symantec Veritas Backup Reporter software which is used to monitor the tape backup systems. Item 4 is for the one year support and maintenance of Item 3. 4. Delivery locations At the minimum the Contractor shall deliver all licensing and support related documentation to the COR at 5600 Fishers Lane, Rockville, Maryland. 5. Specific Tasks/Deliverables • Maintenance warranties and software licensing are to be confirmed with the manufacturer and delivered to the Contracting Officer’s Representative. • Item 3 is to be delivered to the FDA COR. FDA personnel will apply this software license to the existing Symantec Veritas Backup Reporter system. 6. Period of Performance The Period of Performance is from 4/1/2009 thru 3/31/2010. 7. Government Furnished Equipment (GFE)/ Government Furnished Information (GFI) • For this effort, the government will provide the contractor, upon request, any information necessary to complete the renewal of the support/maintenance agreements already in place. 8. Inspection and Acceptance Criteria Upon receipt of the maintenance agreements and additional software licensing for the Veritas Backup Reporter, FDA personnel will apply the additional license keys to the system. The acceptance of this contract will be based on the receipt and installation of valid license keys. 9. Other Pertinent Information or Special Considerations The Contractor should be familiar with Section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools. The following provisions apply; The provision at FAR 52.212-1, Instructions to Offerors - Commercial (June 2008) applies to this acquisition. The provision 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition and will be based meeting the requirement and on total price. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2009), applies to this acquisition and offerors are required to submit a completed copy with its offer. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2009) applies to this acquisition and the following additional clauses apply to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 627(s)(4); 52.219-14, Limitation on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14);); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-5; Trade Agreements (Nov 2007) (19 U.S.C. 2501); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332); HHSR 352.270–19 Electronic and Information Technology Accessibility (January 2006) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by Public Law 105–220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained, and/or used under this contract shall be in compliance with the ‘‘Electronic and Information Technology Accessibility Standards’’ set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the ‘‘Access Board’’) in 36 CFR part 1194. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. The standards applicable to this requirement are: Subpart B -- Technical Standards § 1194.21 Software applications and operating systems. (a) When software is designed to run on a system that has a keyboard, product functions shall be executable from a keyboard where the function itself or the result of performing a function can be discerned textually. (b) Applications shall not disrupt or disable activated features of other products that are identified as accessibility features, where those features are developed and documented according to industry standards. Applications also shall not disrupt or disable activated features of any operating system that are identified as accessibility features where the application programming interface for those accessibility features has been documented by the manufacturer of the operating system and is available to the product developer. (c) A well-defined on-screen indication of the current focus shall be provided that moves among interactive interface elements as the input focus changes. The focus shall be programmatically exposed so that assistive technology can track focus and focus changes. (d) Sufficient information about a user interface element including the identity, operation and state of the element shall be available to assistive technology. When an image represents a program element, the information conveyed by the image must also be available in text. (e) When bitmap images are used to identify controls, status indicators, or other programmatic elements, the meaning assigned to those images shall be consistent throughout an application's performance. (f) Textual information shall be provided through operating system functions for displaying text. The minimum information that shall be made available is text content, text input caret location, and text attributes. (g) Applications shall not override user selected contrast and color selections and other individual display attributes. (h) When animation is displayed, the information shall be displayable in at least one non-animated presentation mode at the option of the user. (i) Color coding shall not be used as the only means of conveying information, indicating an action, prompting a response, or distinguishing a visual element. (j) When a product permits a user to adjust color and contrast settings, a variety of color selections capable of producing a range of contrast levels shall be provided. (k) Software shall not use flashing or blinking text, objects, or other elements having a flash or blink frequency greater than 2 Hz and lower than 55 Hz. (l) When electronic forms are used, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. Subpart C -- Functional Performance Criteria § 1194.31 Functional performance criteria. (a) At least one mode of operation and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. (e) At least one mode of operation and information retrieval that does not require user speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. (f) At least one mode of operation and information retrieval that does not require fine motor control or simultaneous actions and that is operable with limited reach and strength shall be provided. Subpart D -- Information, Documentation, and Support § 1194.41 Information, documentation, and support. (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. Invoice/Payment – Contractor must be Registered in the Central Contractor Registration (CCR) site and the information should be updated as needed: Vendors must ensure that they are registered and the information that appears in the CCR is updated and correct. The FDA is not responsible for delay of payment (or interest accrued) due to incorrect accounts or information listed in the CCR. The two websites listed provide the relevant information regarding registration and updating your CCR account. Under Federal Acquisition Regulations 4.1102, "Prospective Contractors shall be registered in the CCR database prior to award of a contract or agreement." https://eupdate.dnb.com/requestoptions/government/ccrreg/ and http://www.ccr.gov/handbook.asp ; Payment will be made only after satisfactory completion of concrete deliverables/service. Payment for the deliverables/services will occur only after and in the following order: a. a purchase order has been generated by the FDA contracting office. The contractor shall NOT provide service to the FDA until a purchase order has been received. This is considered an illegal procurement by the government; b. The FDA is being provided access to the resource; c. within 30 days of the FDA Office of Financial Services (OFS) having received and accepted a proper invoice as defined below. A proper invoice from the contractor shall contain the following: Invoice date Invoice name FDA account number issued by the contractor FDA purchase order number displayed in block 3 of the purchase order Description including price, quantity, discount, shipping and performance terms Tax Identification Number (TIN) Electronic Funds Transfer (EFT) and/or remittance information Company contact name, title and direct telephone number Omission of one or more of the above requirements will result in the invoice being rejected. The 30-day window for OFS to pay on the invoice will begin again once a proper invoice is received. The contractor shall address the invoice to the office noted in the purchase order. Quotations shall be due no later than 11:00 am Eastern Time on 12 May 2009 via email to dhammon1@oc.fda.gov. xvi) Contact Debbie Hammond on 301-827-7157 information regarding this solicitation.. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1056624-09-DH/listing.html)
- Place of Performance
- Address: HHS/FDA 5600 Fishers Lane Rockville, MD
- Zip Code: 20857
- Country: US
- Zip Code: 20857
- Record
- SN01812795-F 20090510/090509165744 (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 |