Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOLICITATION NOTICE

70 -- CommVault Software Maintenance

Notice Date
8/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0086
 
Archive Date
9/10/2011
 
Point of Contact
Karen L Jackson, Phone: 719-333-4060, Marlene M. Kleckner, Phone: 719-333-8922
 
E-Mail Address
karen.jackson@usafa.af.mil, marlene.kleckner@usafa.af.mil
(karen.jackson@usafa.af.mil, marlene.kleckner@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) IAW FAR Parts 12 & 13. Solicitation number FA7000-11-T-0086 is for CommVault Software Maintenance. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, 4 August 2011. The North American Industry Classification System Code [NAICS] is 511210, Software Publishers, and the size standard is $25,000,000.00. This is an unrestricted acquisition. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). The USAF Academy has a Brand Name Only requirement to purchase CommVault Software Maintenance. USAFA will be purchasing the maintenance for the CommVault Software already owned by USAFA. It would be cost prohibitive to procure replacement software/maintenance. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. Provide pricing for each of the following line items: THE ITEMS LISTED BELOW ARE FOR CommCell ID # F8F73. LINE ITEM 0001 Description Qty Unit Price Extended Price CommVault Software Maintenance 1 $___________ $_____________ - Galaxy Software Premier Support: The vendor shall provide the personnel and software for technical support and toll-free telephone technical support 24 hours a day, 7 days a week. The vendor will troubleshoot and resolve all software related issues until a resolution is reached. This support also includes software upgrades. - Period of Performance: 22 September 2011 - 21 September 2012 - Includes: • 1 Admin/Web Server Node • 10001 CAL-Universal • 20 CDSO 1TB Tier-A • 13 CIE - Offline Data Client Connector • 1 CommCell Disaster Recovery License • 1 CommServe • 3 DA-Active Directory • 5 DA-Exch MB/DB/PF/WF • 5 DA-Exchange Archiver Client Pack • 10 DA-Linux Advanced Protection Client FS Client • 2 DA-Oracle (Linux) • 3 DA-SharePoint Archiver - Consolidated Client • 3 DA-SharePointPortal/MOSS • 5 DA-SQL • 5 DA-UX-SOL Advanced Protection Client FS Client • 10 DA-Virtual Infrastructure Host • 51 DA-Windows Advanced Protection Client FS Client • 10 DA-Windows FS Client • 4 Disk LMS • 5 File Archiver for Windows FS Client Pack • 1 Index Node • 4 Media Agent (Windows) • 8 Shared Storage with iDDs • 1 SRM Server - Tier 1 • 1 Tape Library Sharing Connector (SAN) LINE ITEM 1001 Description Qty Unit Price Extended Price CommVault Software Maintenance 1 $__________ $_____________ - Galaxy Software Premier Support: The vendor shall provide the personnel and software for technical support and toll-free telephone technical support 24 hours a day, 7 days a week. The vendor will troubleshoot and resolve all software related issues until a resolution is reached. This support also includes software upgrades. - Period of Performance: 22 September 2012 - 21 September 2013 - Includes: • 1 Admin/Web Server Node • 10001 CAL-Universal • 20 CDSO 1TB Tier-A • 13 CIE - Offline Data Client Connector • 1 CommCell Disaster Recovery License • 1 CommServe • 3 DA-Active Directory • 5 DA-Exch MB/DB/PF/WF • 5 DA-Exchange Archiver Client Pack • 10 DA-Linux Advanced Protection Client FS Client • 2 DA-Oracle (Linux) • 3 DA-SharePoint Archiver - Consolidated Client • 3 DA-SharePointPortal/MOSS • 5 DA-SQL • 5 DA-UX-SOL Advanced Protection Client FS Client • 10 DA-Virtual Infrastructure Host • 51 DA-Windows Advanced Protection Client FS Client • 10 DA-Windows FS Client • 4 Disk LMS • 5 File Archiver for Windows FS Client Pack • 1 Index Node • 4 Media Agent (Windows) • 8 Shared Storage with iDDs • 1 SRM Server - Tier 1 • 1 Tape Library Sharing Connector (SAN) TOTAL PRICE $ _________________ The following Federal Acquisition Regulation (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All quotes shall be clearly identifiable to the company submitting the quote and shall include the following: 1. Solicitation number 2. Contact name, address, telephone number of the offeror 3. DUNS number 4. Cage code 5. Tax identification number 6. Small business size standard and NAICS code 7. Unit price 8. Extended price 9. Discount terms 10. Delivery terms The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items (May 2011), must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 Alt I shall be completed in hard copy and submitted with quote. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) Quotes must be received no later than 12:00 pm NOON Mountain Standard Time, 26 August 2011 at 10 CONS/ LGCB, Attn: Karen Jackson, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may also be submitted by e-mail to the Primary POC or by fax to 719-333-9075. Questions and responses should be addressed to the Primary POC Karen Jackson, Contract Specialist, USAF Academy (719) 333-4060, karen.jackson@usafa.af.mil. Alternate POC is Marlene Kleckner, Contracting Officer, (719) 333-8922, marlene.kleckner@usafa.af.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and will be most advantageous to the government, price and other factors considered. 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 option shall not obligate the Government to exercise the option. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be acceptable, award will be made to the Offeror with the lowest evaluated price. If an offer is not acceptable it will not be considered. The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010), with the following addenda, applies: Addendum to FAR 52.212-4(c) Changes Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011)(Deviation) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2011) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 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 15 days. (End of Clause) FAR 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 15 days; 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 two (2) years. (End of Clause) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Acquisition Regulation System, Department of Defense (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) AFFARS 5352.201-9101 Ombudsman (Apr 2010) (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 of 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 USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, 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) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0086/listing.html)
 
Place of Performance
Address: USAF Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02540737-W 20110820/110819000402-45619c3f45710a7474682f8ce1a29b5e (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.