Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

70 -- Maintenance and Support for INMON Monitoring - Request for Quotation

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NAAJ1500-15-00414
 
Archive Date
6/5/2015
 
Point of Contact
Gina E Lee, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Request for Quotation This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NAAJ1500-15-00414 is issued as a request for quotation and is solicited as a Small Business Set-Aside. The North American Industry Classification System Code (NAICS) is 541519 and size standard of $27.5M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), OCIO/Network Operations Center has a requirement to procure 'Maintenance support for INMON Network Monitoring System'. The Fail over and maintenance and support agreement of HP INMON is an essential component of NOAA Network Operation Center to maintain its Configuration Management tracking, auditing, and reporting. The attached Request for Quotation and Brand Name Justification are incorporated into this posting. Period of Performance: September 30, 2015 through September 30, 2016. Offerors proposing to furnish ‘brand name' services shall insert the following description for the product: Manufacturer's Name; Address; Product name and Catalogue Description. Offerors shall be responsible for submitting all additional information on the above service necessary for the Government to determine whether it meets the salient specifications of the 'brand name' as listed in the solicitation. The resulting purchase order shall be awarded as a firm fixed price contract. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - Effectively meeting the requirements; 2) Past Performance - Vendor shall include relevant experience which describes at least two (2) relevant projects performed in the last two years and quality of performance; and 3) Price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Acceptable (A) - Satisfy the Governments' requirement; Marginal (M) - Fails to meet to or more requirements; Unacceptable (U) - Not acceptable, not adequate to carry out. The evaluation factors are equal. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, The Government will award a purchase order 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 clauses apply: FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, FAR 52.211-6, Brand Name or Equal, FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, 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. FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-41, Service Contract Act, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, FAR 52.233-3, Protests After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.239-1, Privacy or Security Safeguards. CAR clauses may be downloaded at http://www.ecfr.gov. The following provisions and clauses shall also apply to this solicitation: CAR 1352.201-70, Contracting Officer's Authority; CAR 1352.209-73, Compliance with the Laws; CAR 1352.209-74, Organizational Conflict of Interest; CAR 1352.209-72, Security Requirements for Information Technology Resources; CAR 1352.246-70, Place of Acceptance. All responsible small business sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal addressed to Gina.E.Lee@noaa.gov to be received no later than May 21, 2015, 12:00 noon local time. The Government reserves the right to make one award or no award at all as a result of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NAAJ1500-15-00414/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN03724689-W 20150509/150507235904-13d0a8ae6b4883a7d4ed30d48761e6d7 (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  © 1994-2020, Loren Data Corp.