Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
SOLICITATION NOTICE

70 -- License Subscription Canonical

Notice Date
9/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-7365
 
Response Due
9/9/2016
 
Archive Date
10/9/2016
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Cindy J Ledesma, Contracting Officer, 619-553-9311
 
E-Mail Address
Contract Specialist
(sylvia.paguio@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. MINIMUM REQUIREMENTS ATTACHED This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-16-T-7365. The requirement is a set-aside for small businesses. NAICS Code 511210 and the standard size is $38.5M. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. Quotes will be evaluated on an all or none basis. Quote Brand Name DO NOT SUBSTITUTE ITEM 0001 CANONICAL LINUX NEW SOFTWARE LICENSE RUNS ON ALL MAJOR ARCHITECTURES - X86, X86-64, ARM V7, ARM64, POWER8 AND IBM S390X (LINUXONE) FEATURE-RICH FILE SYSTEM WITH SNAPSHOT CAPABILITIES LXD LINUX CONTAINER HYPERVISOR ENHANCEMENTS INCLUDING QOS AND RESOURCE CONTROLS (CPU, MEMORY, BLOCK I/O, STORAGE QUOTA) LINUX 4.4 KERNEL AND SYSTEMD SERVICE MANAGER CERTIFICATION AS A GUEST ON AWS, MICROSOFT AZURE, JOYENT, IBM AND HP CLOUD MFR: CANONICAL QTY: 1 EACH ITEM 0002: CANONICAL Subscription Option year CANONICAL LINUX NEW SOFTWARE LICENSE RUNS ON ALL MAJOR ARCHITECTURES - X86, X86-64, ARM V7, ARM64, POWER8 AND IBM S390X (LINUXONE) FEATURE-RICH FILE SYSTEM WITH SNAPSHOT CAPABILITIES LXD LINUX CONTAINER HYPERVISOR ENHANCEMENTS INCLUDING QOS AND RESOURCE CONTROLS (CPU, MEMORY, BLOCK I/O, STORAGE QUOTA) LINUX 4.4 KERNEL AND SYSTEMD SERVICE MANAGER CERTIFICATION AS A GUEST ON AWS, MICROSOFT AZURE, JOYENT, IBM AND HP CLOUD MFR: CANONICAL QTY: 1 LOT OPTION YEAR ITEM 0003: CANONICAL LINUX NEW SOFTWARE LICENSE RUNS ON ALL MAJOR ARCHITECTURES - X86, X86-64, ARM V7, ARM64, POWER8 AND IBM S390X (LINUXONE) FEATURE-RICH FILE SYSTEM WITH SNAPSHOT CAPABILITIES LXD LINUX CONTAINER HYPERVISOR ENHANCEMENTS INCLUDING QOS AND RESOURCE CONTROLS (CPU, MEMORY, BLOCK I/O, STORAGE QUOTA) LINUX 4.4 KERNEL AND SYSTEMD SERVICE MANAGER CERTIFICATION AS A GUEST ON AWS, MICROSOFT AZURE, JOYENT, IBM AND HP CLOUD MFR: CANONICAL QTY: 1 LOT OPTION YEAR ITEM 0004: CANONICAL LINUX NEW SOFTWARE LICENSE RUNS ON ALL MAJOR ARCHITECTURES - X86, X86-64, ARM V7, ARM64, POWER8 AND IBM S390X (LINUXONE) FEATURE-RICH FILE SYSTEM WITH SNAPSHOT CAPABILITIES LXD LINUX CONTAINER HYPERVISOR ENHANCEMENTS INCLUDING QOS AND RESOURCE CONTROLS (CPU, MEMORY, BLOCK I/O, STORAGE QUOTA) LINUX 4.4 KERNEL AND SYSTEMD SERVICE MANAGER CERTIFICATION AS A GUEST ON AWS, MICROSOFT AZURE, JOYENT, IBM AND HP CLOUD MFR: CANONICAL QTY: 1 LOT OPTION YEAR ITEM 0005: CANONICAL LINUX NEW SOFTWARE LICENSE RUNS ON ALL MAJOR ARCHITECTURES - X86, X86-64, ARM V7, ARM64, POWER8 AND IBM S390X (LINUXONE) FEATURE-RICH FILE SYSTEM WITH SNAPSHOT CAPABILITIES LXD LINUX CONTAINER HYPERVISOR ENHANCEMENTS INCLUDING QOS AND RESOURCE CONTROLS (CPU, MEMORY, BLOCK I/O, STORAGE QUOTA) LINUX 4.4 KERNEL AND SYSTEMD SERVICE MANAGER CERTIFICATION AS A GUEST ON AWS, MICROSOFT AZURE, JOYENT, IBM AND HP CLOUD MFR: CANONICAL QTY: 1 LOT OPTION YEAR Vendors: Make sure to reference the following information in the quote: a. DUN & Bradstreet number b. CAGE Code c. Business Size d. Required delivery date: 30 days or sooner ARO e. RFQ Number: N66001-16-T-7365 f. Preferred method of shipment: FOB Destination Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplemental (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at http://farsite.hill.af.mil: The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-2, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.209-5, Certification Regarding Responsibility Matters 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-17, Delivery Access in Quantity 52.212-1, Instructions to Offerors- Commercial Items 52.212-2, Evaluation commercial Items (LPTA) 52.212-3, Offerors Representations and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.223-15, Energy Efficiency in Energy Consuming Products 52.223-16 IEEE 1680 Standard for Environmental Assessment of Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and 52.232-33, Payment by Electronic Funds Transfer 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.239-1, Privacy or Security Safeguards 52.247-34, F.o.b. Destination 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7004, Alternate a, System for Award Management 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.203-7997, Prohibition on contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7000, Disclosure of Information 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate a, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003, Item Unique Identification and Valuation 252.225-7001, Buy American and Balance of Payment Programs 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, WAWF (Section G) Local Clause 252.232-7010, Levies on Contract Payments. 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. CLAUSES INCORPORATED BY FULL TEXT 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS. (DEVIATION 2015-00010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) This RFQ closes September 9, 2016, at 10:00AM, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T- 7365. The point of contact for this solicitation is Sylvia Paguio at sylvia.paguio@navy.mil. Please include RFQ number N66001-16-T-7365 on all inquiries. All repsonding vendors must have a completed registration in the system for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea0ebcc7c8a9f9bf003db42f89834626)
 
Record
SN04260223-W 20160909/160907235654-ea0ebcc7c8a9f9bf003db42f89834626 (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.