Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

70 -- LAN Engine Software Bundle with maintenance

Notice Date
7/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ01199AC02
 
Archive Date
8/24/2011
 
Point of Contact
Melissa A Robertson, Phone: 813-828-6570, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil
(melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is F2VUJ01199AC02. This acquisition is set aside for 100% small business competition. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: LAN Engine Software Bundle with maintenance. DESCRIPTION OF REQUIREMENT CLIN 0001 - LAN Engine Bundle to include: 2U Indexing Engine, Qty: 1 LAN Manager, Qty: 1 Query Managers, Qty: 5 Index Engines, Qty: 1 Please include shipping and handling in your price CLIN 0002 - Onsite Installation to include travel & all other expenses CLIN 0003 - Provide maintenance and support of software. POP is 1 September 2011 to 30 September 2012. CLIN 1001 - Provide maintenance and support. POP is 1 September 2012 to 30 September 2013. CLIN 2001 - Provide maintenance and support. POP is 1 September 2013 to 30 September 2014. CLIN 3001 - Provide maintenance and support. POP is 1 September to 30 September 2015. CLIN 4001 - Provide maintenance and support. POP is 1 September 2015 to 30 September 2016. Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHOULD DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. Below is a description of the requirement and what the software does. Proposed OR EQUAL product must meet or exceed what is listed below. Tool performs a full text index of network data. It can index electronically stored information at speeds of 1TB per hour per engine. Able to index large data repositories quickly and efficiently to improve access, management and collection of network content. Allows the network administrator to opt for either multi-threaded NFS/CIFS crawling or NDMP ingestion. The resulting output can then be immediately searched and classified. Users can find and extract what they need and storage administrators can generate reports that profile the efficiency of their network infrastructure. Supports all file types as well as Microsoft Exchange email and Lotus Notes. Full content and metadata indexing and extraction for all supported formats. Users can log into using their existing Active Directory or NIS credentials to restrict the search environment to only data they have permission to access. Reporting includes Age Range, Duplicate Content, Paths, Location, Owner, Patterns, Servers, etc. Query's can be done using simple keywords, or Boolean search criteria and a user can search documents based on content or metadata. For complex queries the interface includes a query builder which will help assemble more detailed content and metadata search parameters. Supports large queries to handle thousands of search terms or parameters. Content can then be extracted from the original location on network storage and filed on any network share. Query results are all returned in a few seconds. Tool can index, search, manage and extract up to 1 billion files per appliance (full text). Delivers high compression. NDMP formats supported include: BlueArc Titan, EMC Celerra and NetApp. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 Jul 2011, DFAR DPN 20110629 effective 29 Jun 11 and AFFARS AFAC 2011-0421. The North American Industry Classification System code (NAICS) 423430 Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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) technical capability of the item offered to meet the Government requirement and all characteristics (ii) price; Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7 Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.211-6 Brand Name or Equal on RFQ; FAR 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.217-5 Evaluation of Options; FAR 52.247-34 F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10 Reports on Subcontracting; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Small Business Representations, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.217-8 Option to Extend Services (fill-in = 30 days); FAR 52.217-9 Option to Extend the Term of the Contract (fill-ins = 60 days, 30 days respectively). The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 (Alt 1) Required Central Contractor Registration; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications;. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.247-7023 Transportation of Supplies by Sea Alt III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 9 Aug 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Melissa Robertson 6 CONS/LGCB by email to melissa.robertson.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ01199AC02/listing.html)
 
Place of Performance
Address: USSOCOM, MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02510663-W 20110728/110726235151-e90883c4d0a03a8ccc21398b61b7fceb (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.