Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2010 FBO #3222
SOLICITATION NOTICE

D -- Cloud Services - Statement of Work

Notice Date
9/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
RFQ100000NM1
 
Archive Date
10/9/2010
 
Point of Contact
Bridget C Gauer, Phone: 2024181865
 
E-Mail Address
bridget.gauer@fcc.gov
(bridget.gauer@fcc.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Cloud Services 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. Solicitation number FCCRFQ100000NM1 is issued as a request for quotation (RFQ). This procurement is issued under the test program for certain commercial items found in FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43.This RFQ is issued as unrestricted under NAICS code 518210. The small business size standard is $25 million. The following contract line items (CLIN) are included in this RFQ: CLIN 0001: Cloud Services in accordance with the attached statement of work 12 mo ________ Total________ Optional CLIN0001aa Increased capacity steps/intervals for environments ____Monthly Optional CLIN 0001ab Enhanced managed security services ____ Monthly Charge Optional CLIN 0001ac Preparation of documentation in support of security Certification and & Accreditation. 1 EA _________ Period of Performance for CLIN 0001: date of award for 12 months CLIN 0002 Option Year One for the Services described in CLIN 0001 12 mo _______ Total Optional CLIN000 2aa Increased capacity steps/intervals for environments Monthly Charge ______ Optional CLIN 0002ab Enhanced managed security services _______ Monthly Charge Optional CLIN 000 2ac Preparation of documentation in support of security Certification and & Accreditation. 1 EA ________ Period of Performance for CLIN 0002: one day after the end of CLIN 0001 for 12 months CLIN 0003 Option Year Two One for the Services described in CLIN 0001 12 mo _______ Total Optional CLIN000 3aa Increased capacity steps/intervals for environments ____ Monthly Charge Optional CLIN 0003ab Enhanced managed security services ______ Monthly Charge Optional CLIN 0003ac Preparation of documentation in support of security Certification and & Accreditation 1 ea ________ Period of Performance for CLIN 0003: one day after the end of CLIN 0002 for 12 months CLIN 0004 Option Year Three for the Services described in CLIN 0001 12 mo _______ Total Optional CLIN0004aa Increased capacity steps/intervals for environments ______Monthly Charge Optional CLIN 0004ab Enhanced managed security services ________ Monthly Charge Optional CLIN 0004ac Preparation of documentation in support of security Certification and & Accreditation. 1 Ea ________ Period of Performance for CLIN 0004: one day after the end of CLIN 0003 for 12 months CLIN 0005 Option Year Four for the Services described in CLIN 0001 12 mo _______ Total Optional CLIN0005aa Increased capacity steps/intervals for environments _____ Monthly Charge Optional CLIN 0005ab Enhanced managed security services ______ Monthly Charge Optional CLIN 0005ac Preparation of documentation in support of security Certification and & Accreditation. 1 Ea ______ Period of Performance for CLIN 0005: one day after the end of CLIN 0004 for 12 months Pricing: Vendors shall provide Firm Fixed Price (FFP) for the metered rates. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda. Vendors are requested to demonstrate their expertise through a written quotation. Vendor quotes shall be no more than thirty-five (35) pages (pricing, narrative, citation, and interfaces are excluded). Quotation information that exceeds the respective section page limitations will not be considered. Quotation text shall not be smaller than 12-pitch type. Quotation page format shall be based on standard 8½ by 11 inch paper. Failure to fully adhere to the prescribed format may result in your disqualification from the competition. 1. Technical Factor - a. Technical Response and Requirements - The vendor shall provide a spreadsheet that demonstrates their ability to provide all requirements as specified in the statement of work. The spreadsheet shall at a minimum include the ability to meet all requirements, citation of how you meet the requirement, and any very brief comments. b. Management Strategy - The vendor shall address its capabilities to support growing customer base to meet future capacity requirements. c. Facilities Narrative - The vendor shall provide a brief descriptions of aspects of its facilities as specified in the statement of work. d. Quality of web and other interfaces (command line, API, etc) for controlling services; also documentation - The vendor shall provide screen shots and descriptions that document the functionality user experience. Factor 2 Past Performance - The Vender shall provide three (3) references of previous projects similar in size, scope, and complexity of this offer. The FCC may contact those references during the evaluation process to verify relevant experience and level of performance. The FCC may, at its discretion, obtain and evaluate information from sources other than those provided by the Vender. The Government will evaluate the degree to which the vender's past performance demonstrates experience likely to result in satisfactory performance. Price - The contractor shall submit their metered rates based on a minimum of one virtual server of 3GHz Processing, 4GB RAM and 200GB Storage. Vendors shall also complete the pricing spreadsheet attachment. This will be used for evaluation only. Metered rates for services shall correlate to those proposed in the pricing spreadsheet. Provision at 52.212-2, Evaluation-Commercial Items is included with the following information included in paragraph (a) of that provision: Technical -Vendors will be evaluated based on their ability to meet the technical requirements in a quality manner and its ability to meet FCC needs with the growing market demand. Past Performance will be evaluated based on how well the vendor performed similar tasks to those specified in the statement of work. Price will be evaluated using the scenarios provided in the attachment entitled "pricing Scenarios". If the contract is extended under FAR Clause 52.217-9 "Option to Extend the term of the contract, it will be extended at the same rates as those quoted in the last exercised period of performance. Technical and Past performance when combined more important than price. Price will be evaluated based on the total cost of the evaluated worksheet. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addendum. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3,52.225-13 and 52.232-33. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _30days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) LIMITATION OF GOVERNMENT'S OBLIGATION (a) This contract is incrementally funded. Of the total price for this contract, only the amount stated in the contract award document or subsequent modifications is presently available for payment and obligated under this contract. It is anticipated that from time to time, additional funds will be obligated under this contract by subsequent contract modifications until the contract is fully funded. The contemplated funding schedule is set forth in paragraph (j) of this clause. (b) The Contractor agrees to perform the contract up to the point at which the total amount paid and payable by the Government, including any amounts payable by the Government in the event of termination for convenience, approximates but does not exceed the total amount obligated pursuant to this clause. The Contractor is not authorized to continue work beyond that point. The Government's legal liability under this contract, inclusive of any amounts payable pursuant to the "Termination for the Government's convenience" clause (FAR 52.212-4(l)), is limited to the amount obligated pursuant to this clause. Any costs expended or incurred beyond the Government's limitation of obligation are solely at the Contractor's risk. (c) The Contractor shall notify the Contracting Officer by e-mail at least thirty days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount paid and payable by the Government, including any amounts payable by the Government in the event of termination for convenience, will approximate 80 percent of the total amount then obligated to the contract pursuant to this clause. The Contractor's notification shall state: (1) the estimated date when that point will be reached; and (2) an estimate of additional funding, if any, needed to continue performance of the contract up to the next scheduled date for obligation of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. (d) When additional funds are obligated for continued performance of the contract, the contract will be modified to state the revised total of funds obligated to the contract and to indicate the period of contract performance which will be covered by the obligated funds. The provisions of paragraph (b) through (d) of this clause shall apply to the revised total of obligated funds and any agreed substitute date. (e) If, solely by reason of failure of the Government to obligate additional funds in amounts sufficient for the timely performance of the contract, the Contractor incurs additional costs or is delayed in the performance of work under this contract, and if additional funds are obligated to the contract, an equitable adjustment may be made to the price, time of delivery, or both. (f) Once a contract period (base period or option period) is fully funded, this clause shall become inoperative for the remainder of that contract period, except with regard to rights or obligations concerning equitable adjustments negotiated under paragraph (e) of this clause. This paragraph shall not preclude operation of the clause in any subsequent option period that is incrementally funded. (g) Nothing in this clause shall affect the Government's right to terminate the contract for convenience or cause, pursuant to "Termination for the Government's convenience" or "Termination for cause" clauses (FAR 52.212-4(l) and (m), respectively). (h) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. § 1342. (i) The terms of this clause shall apply to each option period of the contract that is exercised and incrementally funded. (j) The parties contemplate that the Government will obligate funds to this contract within two (2) weeks of the beginning of each fiscal year quarter (i.e. October, January, April and July). The offeror shall submit invoices in accordance with the FCC invoice procedures below: INVOICES NOTE: *Invoices may be submitted via email to: FO-Einvoices@fcc.gov. In addition, copies of the emailed invoices shall also be sent to the CO and COTR. Only one emailed copy is required. Invoices* may be submitted in an original and two copies to : FCC Travel/ Operations Group, Room #1A761, 445 12th Street, S.W., Washington, DC 20554
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/RFQ100000NM1/listing.html)
 
Place of Performance
Address: contractor facility, United States
 
Record
SN02288101-W 20100920/100918233833-d9fa6f145a6ccfeb90b47cfe6781df95 (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.