Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

J -- Hardware and Software Maintenance

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
524128 — Other Direct Insurance (except Life, Health, and Medical) Carriers
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-7810
 
Response Due
2/14/2018
 
Archive Date
3/16/2018
 
Point of Contact
Point of Contact - David St Cyr, Contract Specialist, 619-553-4474; Peaches Francis, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(david.stcyr@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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) # N66001-18-Q-7810. The NAICS code applicable to this acquisition is 524128 and the small business size standard is $38.5 M. 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: BRAND NAME PRODUCTS RENEWAL FROM 12/01/2017 to 11/30/2018 (SEE ATTACHMENT FOR SERIAL/LICENSE NUMBERS) CLIN MFG Support Levels Type 1 ARUBA ArubaCare provides ready access to: the Aruba Technical Assistance Center (ArubaTAC) for technical support, the Aruba Support Center, all software releases including updates and upgrades, and an advance hardware replacement service. SEE ATTACHED SERIAL BREAKOUT TAB ONE - Includes reinstatment fee Hardware / Software CLIN MFG Support Levels 2 AVOCENT 24X7 TAC support. 8X5XNBD hardware advanced replacement 1YR SLVR H/W MNT ACS32PT - SEE ATTACHED CLIN BREAKOUT TAB THREE Includes reinstatment fee Hardware CLIN MFG Support Levels 3 BROCADE/HDS Essential Support provides 9X5X2ND business day for hardware replacement, Limited lifetime warranty on hardware, 24/7 level 3 telephone support, unlimited buds and fixes on firmware, TAC support SEE ATTACHED CLIN BREAKOUT TAB TWO Includes reinstatment fee Hardware / Software CLIN MFG Support Levels 4 APC WEXTWAR1YR-SP-031 YEAR EXTENDED WARRANTY on SMX120RMBP2U Qty 71. 8X5XNBD advanced replacement of hardware. 24/7 TAC support SEE ATTACHED CLIN BREAKOUT TAB THREE Includes reinstatment fee Hardware CLIN MFG Support Levels 5 BLUECOAT Includes Gold Level service NBD overnight delivery of hardware replacement and service for up to 2499 users 24 hour technical phone support, web filter upgrades. SEE ATTACHED CLIN BREAKOUT TAB THREE Includes reinstatment fee Hardware CLIN MFG Support Levels 6 DELL Next day business keep your hard drive SEE ATTACHED CLIN BREAKOUT TAB THREE Includes reinstatment fee Hardware CLIN MFG Support Levels 7 EMC CO-termed to 06/31/2018 - Premium hardware support, includes NBD advance replacement, 24/7 TAC and telephone support, 4 hour response. SEE ATTACHED CLIN BREAKOUT TAB Three Includes reinstatment fee Hardware CLIN MFG Support Levels 8 FLUKE Models - DTX. Includes 7x24 technical assistance, annual calibration, service repair w/ loaner unit, replacement of defective accessories, KB, members discounts/promotions. NSM (network service module) coverage is included. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 9 General Dynamics Model EX/EAM-2 - GEM X Encryptor Manager Software Maintenance Software maintenance and GD Help Desk support for GEM X Encryptor Manager including new feature releases. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 10 GIGAMON STANDARD SUPPORT - Monday through Friday from 8:00 am 5:00 pm Pacific Time. (except major US holidays) INCLUDES ADV REPLACEMENT and Telephone and WEB Support. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 11 INMON SUBSCRIPTION WARRANTY - ANNUAL WARRANTY FOR TRAFFIC SERVER/SENTINAL 8 x 5 PST. INCLUDES PRODUCT UPGRADES AND AN EMAIL ADDRESS, TELEPHONE NUMBER, WEB- BASED DISCUSSION GROUP. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 12 JUNIPER SUBSCRIPTION WARRANTY - NEXT DAY 12 X 5, OVERNIGHT DELIVERY FOR hardware, 24 X 7 TECHNICAL SUPPORT, SOFTWARE UPDATES AND UPGRADES, ACCESS TO CUSTOMER SUPPORT WEB CENTER. Includes upgrade to Government TAC support ( U.S. Call center For federal customers). SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 13 JUNOS PULSE/PULSE SECURE SUBSCRIPTION WARRANTY - NEXT DAY 12 X 5, OVERNIGHT DELIVERY FOR hardware, 24 X 7 TECHNICAL SUPPORT, SOFTWARE UPDATES AND UPGRADES, ACCESS TO CUSTOMER SUPPORT WEB SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware / Software CLIN MFG Support Levels 14 MCAFEE GRANT: 8433624-NAI SOFTWARE LICENSE AND SUBSCRIPTION RENEWAL. Hardware replacement 8x5xNBD. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 15 MOTOROLA Yr Extended Warranty & 24Hr Replacement Program provides a replacement radio with a 24hr ship to anywhere in the US. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 16 NETSCOUT Models - LR, LR Pro and LR kit accessories. Includes 7x24 technical assistance, service repair/exchange with a loaned unit if necessary, unlimited on line training, knowledge base, member discounts and promos. Models - Linkrunner 2000 AT. Includes 7x24 technical assistance, service repair/exchange with a loaned unit if necessary, unlimited on line training, knowledge base, member discounts and promos. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 17 REDHAT Red Hat Enterprise Linux Server, Self-support (Patches and updates only) (1-2 sockets) (Up to 1 guest), 1 Year SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 18 Ivanti/SHAVLIK Warranty/Subscription for Shavlik Protect Standard for Server and for Standard workstation for 1 year - Renewal LANDesk Software SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN 19 MFG Support Levels SOLARWINDS warranty subscription for SolarWinds DameWare Remote Control Support Per Seat (15+ User Price) Annual Maintenance Renewal 1 year LANDesk Support SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 20 SPLUNK Perpetual Software license and support agreement renewal - covers 24/ 7 TAC and telephone support, and all firmware and software updates and releases. 20 GIG RDT&E SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 21 SUN Oracle Premier support for Hardware and Oracle Customer Data And Device Retension includes: Program updates, patches, fixes, security patches, and security alerts for operating system software and integrated software Critical patch updates for Oracle Solaris operating system software Upgrade tools Certification with most new third-party products/versions or most new Oracle products Major product and technology releases for operating system software and integrated software, which includes general maintenance releases, selected functionality releases, and documentation updates Onsite installation of integrated software updates specified as Oracle Installable in the "Delivery Method Chart: Replacement Parts and Installation of Integrated Software Updates" Backport of fixes, using commercially reasonable efforts, for any Oracle Linux or Oracle VM program released from Oracle for a period of six (6) months from the date the next release of the Oracle Linux or Oracle VM program becomes generally available Right to use Oracle Management Pack for Linux Right to use Oracle Clusterware for Oracle Linux. Right to use Oracle Enterprise Manager Ops Center. Access to Platinum Services Access to Oracle Enterprise Tape Analysis and Data Recovery services for the Oracle StorageTek tape media specified Non-technical customer service during normal business hours SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 22 TECTIA SSH Premium 8x5 Support for SSH Tectia Client for 1-49 licenses SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Software CLIN MFG Support Levels 23 TREND MICRO/TP SUBSCRIPTION WARRANTY - Includes Overnight hardware replacement and Digital Vaccine Service, 24 x 7 tec support and software upgrades. SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware CLIN MFG Support Levels 24 VERITAS SUBSCRIPTION WARRANTY ESSENTIAL 12 MONTHS GOV BAND Netbackup SEE ATTACHED CLIN BREAKOUT TAB THREE. Includes reinstatment fee Hardware Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance The expected Period of Performance for this effort is: 12/01/2017 to 11/30/2018 Offeror Instructions: The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. 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; 3. Stay within the page limitations indicated below; 4. Be submitted in electronic PDF or Excel format; and 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. 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). 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 02/14/2017 at 11:00 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/N66001-18-Q-7810. 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 David St. Cyr at david.stcyr@navy.mil. Please include RFQ# N66001-18-Q-7810 on all inquiries. The due date for questions is 02/07/2017. 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/7fa8e7aad0bd1a48b18d6fda65655cfd)
 
Record
SN04806903-W 20180203/180201231429-7fa8e7aad0bd1a48b18d6fda65655cfd (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.