Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

R -- Purchase of ORACLE SUN SUPPORT - SOW

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-12-Q-PC7050
 
Archive Date
1/21/2012
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK SOW Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-12-Q-PC7050. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-54. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 541519. The SBA size standard is: $25.0 Million. Due to Market Data acquired, the Contracting Officer does not anticipate receiving a sufficient amount of Quotes to warrant this requirement to be solicited as a Small Business Set-A-Side, therefore this Requirement is NOT being posted as a Small Business Set-A-Side, and the Contracting Officer reserves the right to re-solicit this Requirement as a Small Business Set-A-Side IAW FAR Part-19. This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to award a Firm Fixed Price Purchase Order Contract to a Contractor that provides the Best Overall Value IAW attached documents. All interested Parties that can provide this Service are encouraged to respond to this RFQ. This type of Service is a Brand Specific Type of Service, the Contractor is required to be a Qualified Certified Service provider for ORACLE/SUN System Support. Please see the JOTFOC Justification For Other Than Full and Open Competition below. NOTE: These Support Services are to be provided only by an Authorized Reseller of Oracle System Support Services. This requirement is Brand Specific and the Brand of Support Services is ORACLE. See JOTFOC(Justification for Other Than Full and open Competition) below. Any Contractor that is an Authorized GSA Reseller of Oracle System Support services is encouraged to provide a Firm Fixed Price Quotation IRT this FBO RFQ. STATEMENT OF WORK (SOW) Oracle Hardware and Systems Support Policies: July/15/ 2011 Oracle Premier Support for Systems Data Sheet Oracle Servers Serial list Schedule B Line Item 1 Base Period, Services for 1 Year IAW SOW_________________ Line Item 2 Option Period-1 Services for 1 Year IAW SOW_____________ Line Item 3 Option Period-2 Services for 1 Year IAW SOW______________ Line Item 4 Option Period-3 Services for 1 Year IAW SOW______________ See Attached Oracle Server Serial List for list of Make/Model and SN's of Units. Quotation Instructions: A-Please Provide the Firm Fixed Price Quotation broken out for Base Year and Separate Option Years and reflective of any applicable Re-Instatement Fees that would be required during the Base Period. Also due to some of the Units coming off of OEM Coverage at different dates, it is requested that the Price Quotation be reflective of such, it is our intent to pick up those Units for Coverage so that the Re-Instatement Fees are kept to a minimum, for all Units. B-Please Provide the Contractors Name and Active Cage Code# with your response to this RFQ, Quotes will be deemed unresponsive that do not include this required information. Periods Of Performance (POP) Note: the Base Period of Performance is as follows: Base Period: is for 1 Year from Date of Award (anticipated/estimated Award Date is Jan/10/2012) Start Date: Jan/10/2012 End Date: Jan/09/2013 Option Period 1: Start Date: Jan/10/2013 End Date: Jan/09/2014 Option Period 2: Start Date: Jan/10/2014 Start Date: Jan/09/2015 Option Period 3: Start Date: Jan/10/2015 End Date: Jan/09/2016 Option Period POP's will be reflective of Award/Start Date of the Base Period. Base Period: For the Base Period, the Contractor will be required to provide Services for 13 Units, out of those 13 Units, 7 Units will be required upon Task Order Award to be Renewed thus requiring a Re-Instatement Fee. See Attachment-3 for Make/Model and Serial Numbers that will require Re-Instatement. The 6 Units that are presently under OEM Coverage have some staggered Expiration dates, it is our intent to pick-up those Units on those various dates as to continue coverage, but to have ALL 13 Units end Coverage dates at the end of the Period Of Performance of the Base Period, thus not having any staggered dates for the Option Periods. Option Period-1 For Option Period 1, the Contractor will be required to provide Coverage for all 13 Units, and the Start Date for Coverage of all 13 Units will commence on the Start Date of the Option Period-1. Option Period-2 For Option Period 2, the Contractor will be required to provide Coverage for all 13 Units, and the Start Date for Coverage of all 13 Units will commence on the Start Date of the Option Period-2. Option Period-3 For Option Period 3, the Contractor will be required to provide Coverage for all 13 Units, and the Start Date for Coverage of all 13 Units will commence on the Start Date of the Option Period-3. A Purchase Order Contract will be awarded to the Contractor that provides a Firm Fixed Price quotation that provides the Best Overall Value. The Government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. Evaluation Criteria: Most Important is Technical Approach, the manner in which the Contractor intends to provide the Services to meet the requirements as described in the SOW and attached documents. Second Most Important is Experience, the Contractors proof of experience in providing the same identical SUN Hardware System Support Services as described in the SOW and attached documents. Third Most Important is Overall Price, the Total Firm Fixed Price/Cost quoted by the GSA Contractor to provide the Services as required. This quoted price is to be evaluated including the Option Year Pricing. Technical and Experience, when combined, are significantly more important than cost or price. However, if all other factors are equal, Price may be the determining factor. FAR Provisions/Clauses: 52.217-5 Evaluation of Options(JULY 1990) the Firm Fixed Prices given by the Offeror of the Optional Line Items 2,3 & 4 shall be evaluated for Award purposes. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) Fill In (a) 30 days; 60 days (c) 4 years/ 48 months The following FAR clause applies to Line Items 2,3 & 4 only. 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) Please NOTE: Award will be made for Base Period Only(Line Item 1) NOTE: The Government is not obligated nor required to Exercise any Option Period of the awarded contract. The Government intends to award a Contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. FIRM FIXED Price Proposals may be submitted on company letterhead and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Jan/06/2012 @ 7am EST. Facsimile and Email quotes are acceptable and may be Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices, by Jan/06/2012@ 7:00PM EST. The Anticipated Award Date for the Purchase Order Contract is JAN/09/2012. This date is approximate and not exact (firm). The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999); award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.232-1 Payments FAR 52.232-12 Advance Payments FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: OPTIONS: 52.217-5 Evaluation of Options (JULY 1990) 52.217-9 Option to Extend the Term of the Contract (March 2000) 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 30 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 60 months. (End of clause) The following FAR clause applies to Line Items 2-5 only. 52.232-18 Availability of Funds. (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (AUG 2011). The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference. Entire clause(s) are available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. USCG C3CEN SEAWATCH SERVER Support Justification for other than full and open competition. (a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." United States Coast Guard Command, Control, and Communications Engineering Center (C3CEN), Portsmouth, Virginia (2) Nature and/or description of the action being approved. The USCG intends to sole it requirements due to the specific nature/Brand of the Software and Hardware support. SEAWATCH uses Sun SPARC Enterprise T5120 and Sun SPARC Enterprise T5220 servers as required by the Defense Information System Agency (DISA) hardware equipment requirements for DISA's Global Command and Control System - Joint (GCCS-J). The Solaris Operating system is owned by Oracle so no other company can provide this Software support. Thus making it requirement as Service Brand Specific. (3) A description of the supplies or services required to meet the agency's needs. C3CEN requires to renew its Oracle Premier Support for System for Sun SPRAC Enterprise T5120 and Sun SPARC Enterprise T5220 for hardware supports and to download the required Solaris patches to meet Certification and Accreditation requirements. This contract will have a base year and 3 option years. Estimated Total Cost for the base and three option years is $120,000.00 (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1 (2)(iii) For DOD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialize services when it is likely that award to any other source would result in Substantial duplication of cost to the Government. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Solaris Operating system is owned by Oracle so no other company can provide this Software support. Thus making this requirement Service Brand Specific. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. Market research was conducted and this support can be only purchase through Oracle and contractors that are authorized re-sellers of Oracle Service. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The best price available will be selected for the required equipment from multiple vendor quotes. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research using the internet has identified sources. (9) Any other facts supporting the use of other than full and open competition, such as: Technical data packages, specifications, engineering descriptions, statements of work and purchase descriptions suitable for full and open competition are not available because the CFE called out in the Fast Response Cutter (FRC) Circular of Requirements (COR) Section 425-1.1 as well in the hardware and software required by the DISA application is dictated by the DISA. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None required. Any current vendor that can meet the specific brand name, model, and specifications called out in the FRC COR is acceptable. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (a) I hereby certify the above. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. I hereby certify the above. Technical: LT Darain Kawamoto Contracting Officer: James A. Lassiter
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC7050/listing.html)
 
Record
SN02642521-W 20111222/111220234403-ec10ec76d460d126038f82b5111c36b6 (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.