Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

70 -- MarkLogic & Tableau Software Products - Attachment 1A - FBO RFQ-2329 - Attachment 1B

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFQ-2329
 
Archive Date
6/9/2017
 
Point of Contact
Crystal K. Finch, Phone: (703)985-6233
 
E-Mail Address
ckfinch@fbi.gov
(ckfinch@fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is RFQ-2329 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210. This requirement is unrestricted based on the Non-Manufacturer's Rule. REQUESTED PRODUCTS - The Federal Bureau of Investigation (FBI) requests open market pricing for the MarkLogic Corporation and Tableau Software, Inc. products listed below. Only brand name products can be accepted for this procurement due to system compatibility requirements and consistency standards with software currently used by the requestor. No alternative products will satisfy the agency's requirement. The products being requested are as follows: - Line Item 0001 - MarkLogic Global Enterprise Software Maintenance Renewal (P/N: XS1-PL-GE-MCP-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0002 - Tableau Server Web Client Interactor Software Maintenance (P/N: 3531103.1307, Quantity: 70 each, Period of Performance: 5/29/2017 - 5/28/2018), - Line Item 0003 - Tableau Desktop Professional Maintenance Renewal (P/N: 3510103.1307, Quantity: 20 each, Period of Performance: 5/29/2017 - 5/28/2018), - Line Item 0004 - MarkLogic Global Enterprise Support Renewal Semantics Option (P/N: XS1-PL-GEOSMC-P-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0005 - MarkLogic Global Enterprise Support Renewal Tiered Storage Option (P/N: XS1-PL-GETSMC-P-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0006 - MarkLogic Global Enterprise Support Renewal Flex Replication Option (P/N: XS1-PL-OFR-MCP-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), Line Item 0007 - MarkLogic Global Enterprise Support Renewal (P/N: XS1-PL-GE-MCS-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0008 - MarkLogic Global Enterprise Support Renewal Semantics Option (P/N: XS1-PL-GEOSMC-S-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0009 - MarkLogic Global Enterprise Support Renewal Tiered Storage Option (P/N: XS1-PL-GETSMC-S-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0010 - MarkLogic Global Enterprise Support Renewal Flex Replication Option (P/N: XS1-PL-OFR-MCS-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0011 - MarkLogic Global Enterprise Support Renewal Semantics Option (P/N: XS1-PL-GEOSMC-U-G, Quantity: 20 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0012 - MarkLogic Global Enterprise Support Renewal Semantics Option (P/N: XS1-PL-GE-MCU-G, Quantity: 50 each, Period of Performance: 6/1/2017 - 5/31/2018), - Line Item 0013 - MarkLogic Global Enterprise Support Renewal Tiered Storage Option (P/N: XS1-PL-GETSMC-U-G, Quantity: 50 each, Period of Performance: 6/1/2017 - 5/31/2018), and - Line Item 0014 - MarkLogic Global Enterprise Support Renewal Flex Replication Option (P/N: XS1-PL-OFR-MCU-G, Quantity: 50 each, Period of Performance: 6/1/2017 - 5/31/2018). SHIPPING/DELIVERY REQUIREMENT - All deliveries under this order shall be FOB destination. All items will be shipped to: Federal Bureau of Investigation (FBI) Terrorist Screening Center (TSC) 935 Pennsylvania Avenue, NW Washington, DC 20535 SUBMISSION OF QUESTIONS - Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions shall be submitted via email only, to the attention of Crystal Finch at ckfinch@ fbi.gov, no later than Wednesday, May 24, 2017 at 1:00pm (Eastern). Questions sent via other means (i.e. via telephone call, facsimile transmission, etc.) will not receive responses. Please note the following: 1) New products only will be accepted for this procurement. 2) Quote must be valid for 60 days from closing of posting. 3) Delivery must be made within 30 days After Receipt of Order (ARO). If any delays occur or are expected to occur, either prior to award or post-award, the offeror shall promptly notify the designated FBI Point of Contact (POC) in writing. 4) Once this RFQ has closed, update(s) regarding this requirement will be provided as soon as possible. All interested parties will be notified of the outcome of this solicitation at the same time. No information regarding award status will be released prior to an official notification being sent; any individual request for updates may not receive a response. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected offeror must also comply with the terms and conditions detailed in the following attachments, as they apply to this RFQ/requirement: 1) Attachment 1A - Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability - Solicitation, and 2) Attachment 1B - Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse - Solicitation. SUBMISSION OF QUOTES - Quotes and any accompanying information shall be submitted via email only, to the attention of Crystal Finch at ckfinch@fbi.gov, no later than Thursday, May 25, 2017 at 1:00pm (Eastern). Quotes sent via other means (i.e. via telephone call, facsimile transmission, etc.) will not be considered. Offers must be valid for 60 calendar days after submission, and shall include the following information: 1) Pricing and product description for each line item, 2) Offeror Tax ID Number, 3) Offeror DUNS Number, and 4) Offeror contact information with email and telephone information. EVALUATION FACTORS - Award will be made to the lowest price/technically acceptable offeror. SAM.GOV REQUIREMENT - Please ensure your firm is registered in System for Award Management (SAM). Effective July 29, 2012, all vendors must be registered on www.SAM.gov (SAM) to be considered eligible to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. Please ensure that your company's SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-2329/listing.html)
 
Place of Performance
Address: Federal Bureau of Investigation (FBI), Terrorist Screening Center (TSC), 935 Pennsylvania Avenue, NW, Washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN04514898-W 20170520/170519000927-398cd74563f36d0a696ddee2d2bd7f24 (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.