Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

70 -- SPLUNK Enterprise Licenses and Support

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
TADA5500-11-02555
 
Archive Date
4/22/2011
 
Point of Contact
Sandra K. Souders, Phone: 3017130820141
 
E-Mail Address
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, 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. Solicitation Number TADA5500-11-02555 is issued as a request for quotation and is 100% set aside for small business. The applicable North American Industry Classification Code (NAICS) is 511210 and the Small Business Size Standard is $25.0M. The Department of Commerce (DOC) and the International Trade Administration (ITA) has a requirement for Splunk Enterprise Perpetual, 20 GB/day (3 support contacts), Qty 1 and Splunk Enterprise Support 1 Year, Qty 1. Offerors proposing to furnish ‘equal' products shall insert the following description for the product: Manufacturer's Name; Address; Product name and Catalogue Description. Offerors shall be responsible for submitting all additional information on the above service necessary for the Government to determine whether it meets the salient specifications of the "brand name" as listed in the solicitation. The resulting purchase order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Marginal (M) - Minimally suitable at the lower limit; and Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-50. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government shall award a purchase 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. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.219-6, Notice of Total Small Business Set Aside. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting an electronic response to be received no later than 1:00 pm Local Time, April 7, 2011 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7145, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Incomplete responses will be returned. Offers of partial performance shall be rejected. An electronic version shall be submitted in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. All interested contractors must submit offers that contain the approach to meet the requirement needs, relevant past performance information and pricing information. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make one or no award under this solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/TADA5500-11-02555/listing.html)
 
Record
SN02407460-W 20110325/110323234433-86eabf1905586c8e482efb1404efd1ce (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.