Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
MODIFICATION

U -- Splunk Development and Operating Training Strategy (Splunk>DOTS)

Notice Date
9/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
1019521085
 
Archive Date
10/10/2015
 
Point of Contact
Luis "Cisco" Kagalis, Phone: 571 345 0583
 
E-Mail Address
KagalisL@State.gov
(KagalisL@State.gov)
 
Small Business Set-Aside
N/A
 
Description
1. This requirement is set-aside for a) Small Business Administration (SBA) Certified HUBZONE. If no responses are received, the Government intends to open up to other small businesses, if or as needed. 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. 2. The solicitation number is 1019521085 and is issued as a Request For Quote (RFQ), unless otherwise indicated herein. Responses to this requirement shall be through FBO system to ensure receipt and consideration. Email submissions are not reliable and shall not be accepted nor considered. Please use the hyperlink provided by FBO to attach responses. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-84. 4. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a size standard in millions of dollars as $23. 5. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. Quantity and Product details are given in Section. This notice contains a requirement for a. SPLUNK educational and professional services that conform to SPLUNK Stock Keeping Unit (SKU); b. Be a certified SPLUNK authorized reseller c. Be responsive to the attached Project Plan and d. requires the awardee to hold a Facility Clearance of Secret (DD-254 required). 6. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. 7. The Department of State requires the following items: a) AS-DED-SAA, Splunk Advisory Services -Dedicated Advisory Architect QTY = 1 b) EDU-ARCH- 1, Splunk Architect series (Using, S&R,Knowledge, Admin, Deploy, Develop) V6, Architect lab not included, for 1 student QTY = 11 c) EDU-ARCHCERT-1, Splunk Architect Series and Architect Cert lab V6, 1 student QTY = 4 d) PS-DEP-US- 5, Splunk Professional Services Deployment, 5 Days (used in one week increments): QTY = 16 e) PS-REMOTE-DAY, Splunk Professional Services, Remote Services Daily Rate (1 day per week) QTY = 16 8. Only one quote is requested from vendors (no multiple quotes). Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. 9. Place of Performance: Department of State Facility. Specific address and location to be specified in the winning order. 10. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.217-6, 52.217-7, 52.219-3, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.217-8, 52.227-14, 52.232-18, and 52.232-34. DoSAR 652.204-70, 652.2039-71, and 652.237-72 shall also apply. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. --Marking instructions for packaged items will be identified in the award.-- ***Question Submission: Interested offerors must submit any questions within 24 hours of the closing time and date of the solicitation, to enable the Buyer to respond. Questions not received within this window of time may not be considered.*** 11. In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. For this requirement, offerors are required to provide delivery schedule and past performance history for Government purchases. Anyone other than the manufacturer, offering the name-brand manufactured products, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor, if and when applicable. 12. An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed requirements as identified, and past performance are more important than price. All unit rates should include all costs including shipping to Arlington, Rosslyn, VA 22209. 13. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1019521085/listing.html)
 
Place of Performance
Address: Department of State Facility (final location shall be identified in the award, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN03902856-W 20150926/150925000457-65a0d450b335948b1b110e548f044cf0 (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.