SOLICITATION NOTICE
70 -- Sun Microsystem Equipment Maintenance - Statement of Work
- Notice Date
- 6/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1057498
- Archive Date
- 6/30/2009
- Point of Contact
- Ashley P. Fowler, Phone: 3018279765, Lee Cohen, Phone: 301-827-7046
- E-Mail Address
-
Ashley.Fowler@fda.hhs.gov, Lee.Cohen@fda.gov
(Ashley.Fowler@fda.hhs.gov, Lee.Cohen@fda.gov)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- Attachment C Attachment B Attachment A SOW The Food and Drug Administration (FDA) has a requirement to purchase maintenance/support for government-owned SUN Microsystem equipment, for a base period starting 6/30/09 – 6/29/10, plus one option year. This is a combined synopsis/solicitation for a 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 requirement is a TOTAL HUBZone Set-Aside in accordance with FAR 52.219-3. Offers are solicited only from HUBZone small business concerns. Offers received from concerns that are not HUBZone small business concerns shall not be considered. The contractor must be an authorized reseller for SUN Microsystems or must team with an authorized SUN Microsystems company in order to qualify for the opportunity to provide maintenance/support on SUN Microsystems equipment. Attached to this announcement is a list of government equipment to be maintain/supported. Any award resulting from this solicitation will be made to a HUBZone small business concern. The NAICS code and small business size applicable to this requirement are 541511. Offers will be considered only from HUBZone small business concerns that are authorized to provide maintenance/service by “SUN Microsystems, Inc.” on the products contained in the attached Schedule of Items and Prices. Maintenance to be provided includes: SUN Platinum, Gold, Silver, Premium and Standard SUN Spectrum Support, as specified in the attached Schedule of Items and Prices. There are four attachments to this posting: 1.Statement of Work (SOW) 2.Attachment A: Tier 1 - High Availability - 4 hour on-site response, 24x7 3.Attachment B: Tier 2 - Infrastructure – 4 hour on-site response, 12x5 6am-6pm 4.Attachment C: Tier 1 - High Availability - 4 hour on-site response, 24x7 EVALUATION – Commercial Items: In accordance with FAR 12.301(c)(2), the provisions set forth below are provided in lieu of the clause at 52.212-2, Evaluation--Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government taking into consideration the following factors: 1. Offeror shall be a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. 2. Offeror shall provide evidence of Sun Microsystems, Inc. authorized Government System Provider (GSP) and Government Authorized Reseller, (GAR) maintenance certification with its proposal. 3. Offeror shall possess an acceptable record of past performance in providing maintenance for the same or similar of equipment as listed in this solicitation. Offeror shall provide at least one reference of an existing or prior contract under which it is or has successfully provide the same or similar services as in this solicitation. 4. The Government will award a single contract/order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest price acceptable offer. Clauses: The provision at FAR 52.212-1 titled, "Instructions to Offerors –Commercial" (JUN 2008), applies to this acquisition and is available at website: http://www.acquisition.gov/far/current/html/52_212_213.html The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2008). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (MARCH 2009), applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2009) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995) (41 U.S.C. 253G AND 10 U.S.C. 2402). 52.219-3 NOTICE OF TOTAL HUBZONE SET-ASIDE (JAN 1999) (15 U.S.C. 657A). 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (15 U.S.C. 637(D)(2) AND (3)). 52.219-28 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (15 U.S.C. 637(D)(2) AND (3)). 52.222-3 CONVICT LABOR (JUNE 2003) (E.O. 11755). 52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2008) (E.O. 13126). 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999). 52.222-26 EQUAL OPPORTUNITY (MAR 2007)(E.O. 11246). 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEPT 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 (SEPT 2006) (38 U.S.C. 4212). 52.222-39 NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR FEES (DEC 2004) (E.O. 13201). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (E.O.’S, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF THE TREASURY). 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT. 2003)(31 U.S.C. 3332). 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)(5 U.S.C. 552A). In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: §1194.22 Web-based Intranet and Internet Information and Applications §1194.41 Information, documentation, and support The 508 technical standards are available at http://www.section508.gov/. In accordance with FDA's three-way simplified acquisition invoice procedures the Contractor shall submit an original invoice or electronic invoice to the address listed in box 18a of this purchase order. The invoice must include: (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Purchase order number and line item numbers and; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (xi)DUNS number. SOLICITATION INQUIRIES Inquiries concerning the solicitation document shall be submitted in writing by e-mail to the following address: Ashley.Fowler@fda.hhs.gov ALL QUESTIONS MUST BE RECEIVED, IN WRITING, NO LATER THAN 12:00 P.M., Eastern Time Wednesday June 10, 2009. The Government will make every attempt to answer questions which will not automatically result in the extension of the due date for receipt of quotes. The Government cannot guarantee the answers will be issued at least 3 calendar days before the quote due date and time. All questions and their respective answers will be made available in the form of an amendment to this announcement RESPONSES TO THE COMBINED SYNOPSIS/SOLICITATION MUST BE SUBMITTED BY 12:00 p.m. Eastern Time, Monday June 15, 2009 emailed to Ashley.Fowler@fda.hhs.gov NOTICE OF AWARD: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1057498/listing.html)
- Place of Performance
- Address: 5600 Fishers Ln., Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN01834732-W 20090605/090603235146-a4c595a8a90d827f94266ebbeeef1f1b (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 |