Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

70 -- Comm Vault Backup Solution

Notice Date
2/11/2016
 
Notice Type
Presolicitation
 
Contracting Office
1735 N. Lynn Street, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
10696J4030
 
Response Due
2/18/2016
 
Archive Date
8/16/2016
 
Point of Contact
Name: Denise Williams, Title: Contract Specialist, Phone: 7038754558, Fax:
 
E-Mail Address
williamsda@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 10696J4030. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 779880. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-02-18 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be ROSSLYN, VA 22209 The Department of State requires the following items, Brand Name Only (Exact Match), to the following: LI 001: No charge option. Use this item to request number of required CommCell licenses per CLA Customer. Account team must direct allocation of total capacity to each Cell in the CLA; a unique CommCell ID key will be awarded based on this count., 1, EA; LI 002: Simpana Data Management Starter Bundle, includes 3TB of ADM Protection capacity and 3TB of Data Archive Enterprise capacity**TRUSTED PRODUCT **, 1, EA; LI 003: Commvault Simpana Data Protection Advanced (DPA) edition capacity bundle, 1TB capacity. Base perpetual license for Backup & Recovery., 1, EA; LI 004: Data Archive Enterprise feature pack, 1TB capacity** TRUSTED PRODUCT **, 51, EA; LI 005: Maintenance for No charge option. Use this item to request number of required CommCell licenses per CLA Customer. Account team must direct allocation of total capacity to each Cell in the CLA; a unique CommCell ID key will be awarded based on this count** TRUSTED PRODUCT **, 1, EA; LI 006: Maintenance for Simpana Data Management starter bundle for new CLA ADM customer. This bundle provides 3TB of Data Protection ADM capacity and 3TB of DAE capacity to a new CommCell site configuration. Additional SB-C-DP-ADM-1T (TB) protection capacity or** TRUSTED PRODUCT **, 1, EA; LI 007: Maintenance Initial Order Data Protection Advanced (DPA) capacity bundle used in a dedicated CommCell for TBbased CLA customers; it cannot be combined with other CLA backup editions in the same cell. This provides 1TB (FET) of the DPA Protection- Enterpr* * TRUSTED PRODUCT **, 1, EA; LI 008: Maintenance Initial Order This bundle provides full rights to use all Email, File and SharePoint Archive agents supported by the Data Archive Enterprise edition feature pack including the OnePass methods based on 1TB of archived data capacity. This inclu* * TRUSTED PRODUCT **, 51, EA; LI 009: Travel Expenses - price per consultant per day, 5, EA; LI 010: PS Consulting Services** TRUSTED PRODUCT **, 5, EA; LI 011: Consulting Services (hrly rate) ** TRUSTED PRODUCT **, 5, EA; LI 012: Commvault Training Unit. Use toward any Instructor-Led Training (ILT) courses conducted at a public facility, toward any virtual ILTs or any self-paced Web-Based Training (WBT) products., 20, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com 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; these can be submitted to clientservices@fedbid.com. 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. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.")
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10696J4030/listing.html)
 
Place of Performance
Address: ROSSLYN, VA 22209
Zip Code: 22209
 
Record
SN04017904-W 20160213/160211234456-a5fc680d097cd9fbd0f8f0be9efc96cc (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.