Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2014 FBO #4561
SOLICITATION NOTICE

70 -- Citrix Xenapp and MS Remote Desktop Services licensing - Brand Name Justification

Notice Date
5/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-14-Q-0025
 
Archive Date
6/18/2014
 
Point of Contact
Robert Atchison, , John R. Babcock,
 
E-Mail Address
robert.atchison@sba.gov, john.babcock@sba.gov
(robert.atchison@sba.gov, john.babcock@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
provision 52.212-3 Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 13.1 and the format in 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 solicitation will not be issued. THIS IS A BRAND NAME PROCURE IAW FAR 13.106-1(b)(1)(ii) The solicitation number for this requirement is SBAHQ-14-Q-0025 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. This will be a fixed price contract; this is a total Small Business set-aside; NAICS code is 541519 (Information Technology Value added) with a small business size standard of 150. Contractors must be registered and active in the System for Award Management (SAM) database (https://www.sam.gov) at time award is issued and throughout performance unless an exemption exists. In support of its mission, the U.S. Small Business Administration (SBA) Office of the Chief Information Officer, Network Integration Branch, has a need for additional Citrix Xenapp and Microsoft Remote Desktop Services licenses. Contractors are invited to submit their quotations in response to this notice by 4:00PM Eastern Standard Time (EST), June 3, 2014. Only e-mailed requests for additional information will be accepted at Robert.atchison@sba.gov and john.babcock@sba.gov up to May 28, 2014. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be submitted via email only to Robert.atchison@sba.gov and john.babcock@sba.gov. Communications with officials other than indicated above may compromise the competitiveness of this acquisition and result in cancellation of the solicitation and/or exclusion of your quotes from consideration. REQUIREMENTS: CLIN0001 - qty/250 EA. CITRIX XENAPPP PLAT ED - X1 CONC U CONN LICS W/ SUB ADV ELP-3 CLIN0002 - qty/250 EA. 2012 Microsoft Windows Remote Desktop Services CAL Sngl License/Software Assurance Pack Microsoft Volume License 1 License User CAL PERIOD OF PERFORMANCE: 12 months from date of award PLACE FO PERFORMANCE: SBA OCIO/OCTS, 409 3rd Street, SW, Suite 4000, Washington, D.C. 20416 BASIS FOR AWARD: Evaluation Procedures found at FAR 13.106-2(b) shall be used in this procurement. The Government will award a firm fixed-price purchase order resulting from this solicitation to the responsible Contractor whose quote conforming to the solicitation; can provide the lowest priced brand name items requested. Price - Each price quote will be evaluated for reasonableness. Price reasonableness is a comparison of the proposed price with the prices proposed by other Contractors, the Government's estimate, current prices for the same or similar services, current market conditions, as well as other relevant measures. ADDITIONAL REQUIREMENTS TO BE INCLUDED WITH SUBMITTED QUOTES 1. Completed copy of FAR provision 52.212-3 (attached) submitted with quote. 2. As prescribed in 48 CFR 1339.270(a), Electronic and Information Technology (APR 2010) (a) To be considered eligible for award, offerors must propose electronic and information technology (EIT) that meet the applicable Access Board accessibility standards at 36 CFR 1194 designated below: ___ 1194.21 Software applications and operating systems ___ 1194.22 Web-based intranet and internet information and applications ___ 1194.23 Telecommunications products ___ 1194.24 Video and multimedia products ___ 1194.25 Self-contained, closed products ___ 1194.26 Desktop and portable computers ___ 1194.31 Functional performance criteria ___ 1194.41 Information, documentation and support (b) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. (c) Alternatively, offerors may propose products and services that provide equivalent facilitation. Such offers will be considered to have met the provisions of the Access Board standards for the feature or components providing equivalent facilitation. If none of the offers that meet all applicable provisions of the standards could be accepted without imposing an undue burden on the agency or component, or if none of the offerors propose products or services that fully meet all of the applicable Access Board's provisions, those offerors whose products or services meet some of the applicable provisions will be considered eligible for award. Awards will not be made to an offeror meeting all or some of the applicable Access Board provisions if award would impose an undue burden upon the agency. (d) Offerors must submit representation information concerning their products by completing the VPAT template at http://www.Section508.gov. SOLICITATION PROVISIONS/CLAUSES 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses, as cited in 52.212-5, are included: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, and 52.239-1. 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.252-1, Solicitation Provisions Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.252-2, Clauses Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.242-15, Stop Work Order 52.247-34, FOB Destination 52.246-2, Inspection of Supplies - Fixed Price 52.222-50, Combating Trafficking in Persons 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-11, Accepting and Dispensing of $1 Coin
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-14-Q-0025/listing.html)
 
Place of Performance
Address: SBA OCIO/OCTS, 409 3rd Street, SW, Suite 4000, Washington, District of Columbia, 20416, United States
Zip Code: 20416
 
Record
SN03370339-W 20140521/140519234848-471548ffa2112d55e6ee82dd2282fb75 (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.