Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2016 FBO #5250
SOLICITATION NOTICE

D -- Splunk Renewal Services - Solicitation

Notice Date
4/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10288131
 
Archive Date
5/7/2016
 
Point of Contact
Richard Harvey, Phone: 503-584-3773, Nicollette Kennemer, Phone: 5035843764
 
E-Mail Address
richard.a.harvey5.mil@mail.mil, nicollette.a.kennemer.mil@mail.mil
(richard.a.harvey5.mil@mail.mil, nicollette.a.kennemer.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Solicitation # 10288131 Action Code: Combined Synopsis/ Solicitation Notice Class Code: D Automatic DATA Processing and Telecommunication Services Subject: Splunk Renwal Services Solicitation Number: 10288131 Posted date: April 6th 2016 Response due Date and Time: April 22nd, 2016 at 2:00 PM PST Set Aside: Total Small Business Contracting Office Address: United States Property and Fiscal Office ATTN: USPFO-P, 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Place of Performance: DCISM IT Support Department 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Information to Offerors All firm-fixed pricing shall include FOB Destination. If you have any questions or concerns regarding this Request for Quote (RFQ), please contact Richard Harvey at 503-584-3773 or at email: richard.a.harvey5.mil@mail.mil. To ensure receipt of your quote, please send quote to CPT Richard Harvey SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ. PRICES QUOTED MUST BE VALID FOR 30 DAYS. PLEASE PRICE IN YOUR QUOTE INTO CLIN's 0001, 1001, 2001, 3001, 4001 for Base Year and all Outlying Option Years. FOB Destination TO: Oregon Army National Guard DCISM IT Services Department 1776 Militia Way Salem OR. 97301 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Requirements for your Quote Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom for the base year and all priced out option years. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Specifications Provide Splunk Enterprise Renewal Support for the Oregon Army National Guard 3.1 The software support renewal includes access to all security updates and bug fixes for Splunk Enterprise. 3.2 Splunk Enterprise is an operations analytics software system. Splunk supports security compliance and reporting of Oregon National Guard information technology systems by automating security log aggregation and analysis in real-time. 3.3 The service provider must be a corporation licensed and authorized by Splunk to provide the renewal support. An unauthorized corporation will not be considered. You must provide information regarding that you are a licensed distributer of the Splunk renewal system. Requirements: Please provide any certificates and licenses showing that the services being provided are Splunk enterprise services along with your lowest priced quote to the government in order to accurately determine that the services are for Splunk enterprise services by a government official. Delivery: All work performed will be done at the Oregon Army National Guard DCSIM IT Services department at 1776 Militia Way, Salem OR. 97301. BASE YEAR CLIN 0001 ______________________ Period of Performance: 1st May 2016 to 30th April 2017 OPTION YEAR 1 CLIN 1001 ______________________ Period of Performance: 1st May 2017 to 30th April 2018 OPTION YEAR 2 CLIN 2001 ______________________ Period of Performance: 1st May 2018 to 30th April 2019 OPTION YEAR 3 CLIN 3001 ______________________ Period of Performance: 1st May 2019 to 30th April 2020 OPTION YEAR 4 CLIN 4001 ______________________ Period of Performance: 1st May 2020 to 30th April 2021 Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror. It is also required that you provide adequate technical documentation as required by the Performance Work Statement in this solicitation to determine you are capable of providing this service. Technical Pamphlets and Past Performance evaluations from previous work with the government will also be accepted for technical acceptance. Provisions and Clauses FAR 52.204-7, Systems for Award Management. FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.217-8 -- Option to Extend Services FAR 52.217-9 -- Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. This announcement is the solicitation which will result in a firm fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10288131/listing.html)
 
Place of Performance
Address: 1776 Militia Way, Salem, Oregon, 97301, United States
Zip Code: 97301
 
Record
SN04075202-W 20160408/160406234536-9fb719c47883464738f330c0a195af90 (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.