Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

70 -- MANAGEENGINE MAINTENACE AND SOFTWARE RENEWAL

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-Q-7345
 
Response Due
8/14/2017
 
Archive Date
9/13/2017
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; David St Cyr, Contracting Officer, 619-553-4474
 
E-Mail Address
Contract Specialist
(sylvia.paguio@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 The purpose of this amendment is to extend the solicitation closing date to allow for competition. All other provisions of the basic order remain unchanged. ********************************************************* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-17-Q- 7345. The NAICS code applicable to this acquisition is 511210 and the small business size standard is $38.5. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM DESCRIPTION 0001 MANUFACTURER: MANAGEENGINE P/N: 70259.0M DESCRIPTION: ANNUAL MAINTENANCE AND SUPPORT FEE MANAGEENGINE OPMANAGER 500 DEVICES PACK (UNLIMITED INTERFACES) ESSENTIAL EDITION 1 YEAR MAINTENANCE FOR MANAGE ENGINE POP 9/6/2017 - 9/5/2018 MANUFACTURER: MANAGEENGINE P/N: 70259.0M DESCRIPTION: ANNUAL MAINTENANCE AND SUPPORT FEE MANAGEENGINE OPMANAGER 500 DEVICES PACK (UNLIMITED INTERFACES) ESSENTIAL EDITION 1 YEAR MAINTENANCE FOR MANAGE ENGINE POP 9/6/2017 - 9/5/2018 QTY: 1 LOT ITEM 0002 MANUFACTURER: MANAGEENGINE P/N: 70229.0M DESCRIPTION: ANNUAL MAINTENANCE AND SUPPORT FEE FOR MANAGEENGINE OPMANAGER 50 DEVICES PACK (UNLIMITED INTERFACES) ESSENTIAL EDITION POP 9/6/2017 - 9/5/2018 QTY: 1 LOT ITEM 0003 MANUFACTURER: MANAGEENGINE P/N: 46258.1M DESCRIPTION: ANNUAL MAINTENANCE AND SUPPORT FEE FOR MANAGEENGINE SERVICEDESK PLUS 50 TECHNICIANS (2000 NODES) ENTERPRISE EDITION - INSTALLATION 1 - POP 9/6/2017 - 9/5/2018 QTY: 1 LOT ITEM 0004 MANUFACTURER: MANAGEENGINE P/N: 46258.1M DESCRIPTION: ANNUAL MAINTENANCE AND SUPPORT FEE FOR MANAGEENGINE SERVICEDESK PLUS 50 TECHNICIANS (2000 NODES) ENTERPRISE EDITION - INSTALLATION 2 - POP 9/6/2017 - 9/5/2018 QTY: 1 LOT ITEM 0005 MANUFACTURER: FORCEPOINT P/N: PRSN-X-CP12-N DESCRIPTION: 12 MONTHS FORCEPOINT PREMIUM SUPPORT FOR 200 USERS POP 9/29/17 - 9/28/2018 QTY: 1 LOT ITEM 0006 MANUFACTURER: FORCEPOINT P/N: WHYM-A-CP12-N DESCRIPTION: 12 MONTHS FORCEPOINT WEB HYBRID MODULE SUPPORT (25 EACH) POP 9/29/17 - 9/28/2018 QTY: 1 LOT ITEM 0007 MANUFACTURER: FORCEPOINT P/N: WSPA-B-CP12-N DESCRIPTION: 12MO FORCEPOINT TRITON AP-WEB FOR 200 USERS POP 9/29/17 - 9/28/2018 1 YEAR MAINTENANCE FOR FORCEPOINT POP 9/29/17 - 9/28/2018 QTY: 1 LOT Period of Performance: 9/6/2017 through 9/5/2018 Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: USPACCOMPACIFIC WARFIGHTING CENTER FORD ISLAND BUILDING 510 PEARL HARBOR, HAWAII 96860 Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include a separate concise, clear, and descriptive narrative technical approach (not to exceed one page) on how they will provide all of the services/supplies to the different sites and at different times. Quoters are encouraged to submit pictures, brochures, or and other pertinent technical information of the quoted to facilitate the evaluation; 2. Include pricing for each individual unit and a total price in US Dollars ($); 3. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 4. Stay within the page limitations indicated below; 5. Be submitted in electronic PDF or Excel format; and 6. Include the following certification and supply chain information. The certification statement below applies to line items 0001. Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages of the Technical File shall be numbered and shall not exceed ten pages. The technical acceptability shall include the following: The price quote shall include the following: Factor II Price: The price quote shall include the following and is limited to one page: Offerors shall provide a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above. Evaluation Factors for Award: The Government will evaluate the total price to determine if it is fair and reasonable. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. Basis For Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following provisions apply to this acquisition : FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); and 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). The following clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, 252.247-7023, Transportation of Supplies by Sea (Apr 2014). This RFQ closes on 11 AUG, 2017 at 10:00 AM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-17-Q- 7345. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Sylvia.paguio@navy.mil. Please include RFQ# N66001-17-Q-7351 on all inquiries. The due date for questions is 11 AUG, 2017. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30cb895926ea8166d3d28f5012760d1f)
 
Record
SN04624505-W 20170813/170811231644-30cb895926ea8166d3d28f5012760d1f (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.