Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

70 -- Veeam Enterprise Suite Licenses - Amendment 1

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH2215Q00046
 
Point of Contact
Yvonne Green, Phone: 2023667204
 
E-Mail Address
yvonne.green@dot.gov
(yvonne.green@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 00001 This amendment is to 1) increase the Veeaam Availability Suite Enterprise Plus quantities from: 60 to: 100 and 2) increase the Veeaam Availability Suite Plan VMM - One (1) Year qualities from: 60 to: 100. All other terms and conditions remain unchanged. **Please see the attached Amendment 00001 for details*** ----------------------- **PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED** 1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items 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; a quote is being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most current information in reference to this acquisition. 2. The National Highway Traffic Safety Administration (NHTSA), Office of Acquisition Management (OAM) is issuing this solicitation, number DTNH2215Q00046, as a Request for Quote (RFQ). 3. The North American Industrial Classification Systems (NAICS) code is 511210 – Software Publishers, with a small business size standard is $38.5 million. The Product Service Code for this procurement is 7030, “ADP Software.” 4. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-84 effective September 3, 2015. This requirement will be awarded as a commercial item under the procedures outlined in FAR Part 12. 5. Any award resulting from this RFQ will be issued on Standard Form (SF) 1449 to the offeor whose quote is the lowest price technically acceptable to the Government and will contain all clauses required by law, the Federal Acquisition Regulation (FAR) as appropriate for the dollar value of the award. 6. The anticipated award will be a Firm-Fixed Price Contract. Description : Purchase new Veeam licenses needed to backup NHTSA’s Virtual server infrastructure environment at both datacenter. Period of Performance: The Period of Performance is a 12-month Base. Contract Line Items: Description Quantities Total Veeam Availability Suite Enterprise Plus 60 Veeam Availability Suite Plus VMM – One (1) Year 60 C.1 BACKGROUND The U.S. Department of Transportation, National Highway Traffic Safety Administration’s (USDOT/NHTSA) mission is to prevent and reduce deaths, injuries, and economic losses resulting from automotive travel on our nation's roadways. The NHTSA has a requirement to purchase service support for the product Veeam Availability Suite Enterprise Plus, which the Government presently utilizes as a backup to all virtual machines (servers/databases) locally at NHTSA’s SFDC/HQ datacenters. A suitable COTS package shall support existing NHTSA backup virtual procedures. In addition to Section C.3 “General Requirements” and Section C.4 “Specific Requirements” this solicitation employs the use of a “brand name or equal” item description as listed in Section B “The Schedule” to that of the following Veeam Availability Suite Enterprise Plus and Veeam Availability Suite Enterprise Plus for VMare Annual” or equal; and no other items will do in satisfying this requirement. All Offerors who can provide the stated brand name or equal should submit a proposal (quote) for consideration. C.2 OBJECTIVE The objective is to purchase new Veeam licenses to replicate all virtual servers and databases to our disaster recovery (DR) datacenter at Stennis, Mississippi. A suitable COTS package shall support existing NHTSA datacenter. The COTS package ensures server and data retention/recovery and operational continuity across datacenters within the existing NHTSA computer networking environment. In addition to Section C.3 “General Requirements” and Section C.4 “Specific Requirements” this solicitation employs the use of a “ brand name or equal ” item description as listed in Section B “Schedule” to that of: Veeamfor the product Veeam Availability Suite Enterprise Plus and Veeam Availability Suite Enterprise Plus for VMare Annual Renewal,” or equal; and no other items will do in satisfying this requirement. C.3 GENERAL REQUIREMENTS The Contractor shall new Veeam licenses for the product Veeam Availability Suite Enterprise Plus and Veeam Availability Suite Enterprise Plus for VMare Annual Renewal,” for a Base period of one (1) year to backup NHTSA’s virtual server infrastructure environment at both datacenters. C.4 SPECIFIC REQUIREMENTS The COTS shall meet the following requirements: The Contractor shall provide software maintenance support of Veeam Availability Suite Enterprise Plus and Veeam Availability Suite Enterprise Plus for VMare Annual The following solicitation provisions apply to this acquisition: D.1 Administrative Consideration D.1.1 Points of Contacts D.1.1.1 Contractor’s Project Manager: TBD D.1.1.2 NHTSA COR: TBD U.S. Department of Transportation National Highway Traffic Safety Administration 1200 New Jersey Ave, S.E. Washington, DC 20590 Phone: (202) 366-XXXX Email: XXX@dot.gov D.3 Duration of Task: D.3.1 Estimated Period of Performance: The Period of Performance for this firm fixed-price contract shall be twelve (12) months from the award date of award thereby making the full period of performance of this contract twelve (12) months. There is no obligation by NHTSA to renew this contract beyond the initial fixed order term. D.3.2 Effective: September 21, 2015, this contract will be a firm fixed-price one year contract, through September 20, 2016. (viii) 52.212-1, Instructions to Offerors-- Commercial Items (April 2014). E.1 Solicitation Provisions- FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation and any resulting contract incorporates one or more provisions and clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: ( http://www.aquisition.gov/far/ ) The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses. (ix) 52.212-2, Evaluation--Commercial Items (OCT 2014). As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (a) The Government will award a contract 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 factors shall be used to evaluate offers: Listed in descending order of importance: (a.i) Section C.3, “General Requirements” (a.ii) Section C.4, “Specific Requirements” (a.iii) Past Performance, and (a.iv) Price. All evaluation factors other than price, when combined, are significantly more important than price. (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) 52.212-3, Offeror Representations and Certifications--Commercial Items (MAR 2015). (xi) 52.212-4, Contract Terms and Conditions-- Commercial Items (MAY 2015). (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (MAY 2015). (xiii) Special Contract Clauses and Provisions. E.2 FAR Part 52.217-8 Option to Extend Services. (NOV 1999) As prescribed in 17.208(f), insert a clause substantially the same as the following: 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 60 days. (insert the period of time within which the Contracting Officer may exercise the option)]. (End of clauses) E.3 FAR Part 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 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 60 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) E.4 SPECIAL PROVISIONS Seat Belt Use Policies and Programs In accordance with Executive Order 13043, the recipient of this award is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. Information on how to implement such a program or statistics on potential benefits and cost-savings to companies or organizations can be found in the Click It or Ticket section on NHTSA’s website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in Washington, DC dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user-friendly program kit and an award for achieving the goal of 90 percent seat belt use. NETS can be contacted at 1 (888) 221-0045, or visit its web site at www.trafficsafety.org. This Special Provision shall be included in all contracts, subcontracts, and assistance agreements entered into by the recipient under this award. (xiv) Defense Priorities and Allocations System (DPAS) N/A = Not Applicable (xv) Date, time and place offer are due. Date, Time and Offeror Due: Questions pertaining to the is acquisition should address to Yvonne Green, Contract Specialist, via email at Yvonne.Green.ctr@dot.gov with a courtesy copy to Vincent Lynch, Contracting Officer via email Vincent.Lynch@dot.gov, as soon as possible but not later than 12:00 pm, EST, Thursday, September 17, 2015. Phone calls will not be entertained. Quotations shall be transmitted electronically via email to Yvonne Green (with a courtesy copy to Vincent Lynch) on or before Friday, September 18, 2015, not later than 9:00 am EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH2215Q00046/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN03890853-W 20150919/150917235425-20fa8588bb8e81a695beec614c947a35 (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.