SOLICITATION NOTICE
D -- GoToAssit Support - Redacted J&A
- Notice Date
- 3/17/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL-15OCIOCIONAT-0144
- Archive Date
- 4/7/2015
- Point of Contact
- Lesa Llewellyn Austin, Phone: 2026937986
- E-Mail Address
-
austin.lesa.l@dol.gov
(austin.lesa.l@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Redacted Brand Name Justification COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services 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. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-15OCIOCIONAT-0144 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 519190. The small business size standard is $25.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: 0001. GoToAssist Annual, 85 Each. 0002. GoToAssist Activation, 85 Each. The period of performance (POP) will be will be date of award through 09/27/2015. (VI) Description of requirements is as follows: BACKGROUND: The purpose is to provide a secure solution that is approved for use on Office of the Chief Information Office (OCIO) network in the Department of Labor (DOL) to allow the service desk technicians to connect to users' workstations to troubleshoot and resolve technical problems. The current OCIO service desk technicians are using Citrix Go-To-Assist software to remotely connect to users' workstations. OCIO requires 85 new Go-To-Assist software licenses to be used by the new OCIO Service Desk technicians upon their arrival. PRODUCT REQUIREMENTS: Coverage Term: Date of award through Sep 27, 2015 1. GoToAssist Remote Support Citrix Systems Part#: COL113NGTAUSDOL-8 Quantity: 85 2. GoToAssist Remote Support one-time activation fee Citrix Systems Part#: COL113GTAIMPUSDOL Quantity: 85 DELIVER PRODUCTS TO: TBD 200 Constitution Avenue, NW Room N-4416 Washington, DC 20210 (202) TBD TECHNICAL REQUIREMENTS: The contractor will provide the following: a. Provide the necessary software and associated software licenses to DOL. b. Software maintenance and 24x7 support as indicated in the standard maintenance and support agreement package which include software updates, and technical support. c. The vendor will provide professional services to include administration and installation training to travel to customer locations to provide onsite consultation & support. Travel & expenses will be billed according to government Joint Travel Regulations (Jars). It is expected the work will be completed within the Washington DC area. (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. 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). (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The following additional FAR clauses are applicable to this acquisition: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984) 52.216-25 CONTRACT DEFINITIZATION (OCT 2010) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (MAR 2015) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 5:00 P.M. ET on 23 MAR 2015. All offers must be e-mailed to the attention of Lesa L. Austin, E-mail: Austin.Lesa.L@DOL.GOV (XVI) Any questions regarding this solicitation should be directed to Lesa L. Austin at E-mail: Austin.Lesa.L@DOL.GOV.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-15OCIOCIONAT-0144/listing.html)
- Place of Performance
- Address: 200 Constitution Ave, NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03670481-W 20150319/150317235537-5e39a9d65bb41ee544308bfb963ea388 (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 |