Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

70 -- OPTION - Attachmate Licenses Maintenance and Support Annual Renewal

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
2 Massachusetts Avenue NE, Washington, DC 20212
 
ZIP Code
20212
 
Solicitation Number
1625-OTS-19-NAT-0004
 
Response Due
11/8/2018
 
Archive Date
5/7/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 1625-OTS-19-NAT-0004 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334614 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-11-08 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20212 The DOL BLS Washington DC requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 01/01/2019 - 12/31/2019 LI 001: Attachmate Reflection Enterprise Suite Business Care Maintenance VPA Number 95465 P/N 1111439-MTSC, 780, EA; LI 002: Attachmate Desktop License Business Care Maintenance Level C P/N 1111181-MTSC, 35, EA; Option 1 Period of Performance: 01/01/2020 - 12/31/2020 LI 001: Attachmate Reflection Enterprise Suite Business Care Maintenance VPA Number 95465 P/N 1111439-MTSC, 780, EA; LI 002: Attachmate Desktop License Business Care Maintenance Level C P/N 1111181-MTSC, 35, EA; Option 2 Period of Performance: 01/01/2021 - 12/31/2021 LI 001: Attachmate Reflection Enterprise Suite Business Care Maintenance VPA Number 95465 P/N 1111439-MTSC, 780, EA; LI 002: Attachmate Desktop License Business Care Maintenance Level C P/N 1111181-MTSC, 35, EA; Option 3 Period of Performance: 01/01/2022 - 12/31/2022 LI 001: Attachmate Reflection Enterprise Suite Business Care Maintenance VPA Number 95465 P/N 1111439-MTSC, 780, EA; LI 002: Attachmate Desktop License Business Care Maintenance Level C P/N 1111181-MTSC, 35, EA; Option 4 Period of Performance: 01/01/2023 - 12/31/2023 LI 001: Attachmate Reflection Enterprise Suite Business Care Maintenance VPA Number 95465 P/N 1111439-MTSC, 780, EA; LI 002: Attachmate Desktop License Business Care Maintenance Level C P/N 1111181-MTSC, 35, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOL BLS Washington DC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOL BLS Washington DC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. (a) In accordance with Section 743 of Division E, Title VII, 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 subcontractors 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 internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors 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. Invoicing Procedures - Electronic Submission of Payment Requests (a)Definitions. As used in this clause- (1)Contract financing payment has the meaning given in FAR 32.001. (2)Invoice payment has the meaning given in FAR 32.001. (3)Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b)Electronic Payment Requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this clause, and therefore no additional electronic invoice submission is required. An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-BLS@quickpay.dol.gov (c)Data Transmission. A contractor must ensure that the data transmission method and format comply with the following provisions: (1)The contractor shall: a.Address the invoice to the appropriate e-mail address specified in the contract. b.Submit the invoice via attachment in PDF or TIFF format. c.Submit only one invoice per electronic submittal. d.Enter specific information in the subject line of the e-mail in the following format:, Bureau of Labor Statistics,, Invoice Number, Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e.Submit a copy of the email with the attached invoice to the contracting officer s representative (COR) at the COR email address specified in the contract. f.Before sending another e-mail with the same invoice attachment, confirm whether DOL has already responded and/or whether you have received a success or failure response to your submission. (2)The contractor MUST NOT: a.Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceed this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address. b.Submit an invoice that is heavy in shading or color. 1.An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2.An emailed TIFF image must be black and white. c.Submit more than one attachment, as subsequent attachments will not be recognized. d.Submit more than one invoice in a single attachment. e.Attempt to use the Recall or Resend email message feature. (d)General Information. Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to BLSInvoiceInquiry@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state INQUIRY, followed by the information described in paragraph (1) d. above. Example: INQUIRY:, Bureau of Labor Statistics,, Invoice Number, Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. (e)Invoice requirements. Invoices shall comply with FAR 32.905. (f)Exceptions. Paper invoices should only be faxed or mailed through U.S. mail when electronic mail cannot be accomplished. When invoices must be faxed due to e-mail size limitations, fax them to: 202-691-7796 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Bureau of Labor Statistics 2 Massachusetts Avenue, N.E. Room 4135 Washington, D.C. 20212 To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Bid MUST be good for 30 calendar days after close of Buy. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions 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 Federal Electronic and Information Technology Accessibility Standards (36 CFR 1194) are incorporated into and made a part of this contract. A printed copy of the standards will be supplied upon request. The contractor must comply with the above referenced standards in performing this contract. (a) The contractor represents by signing this offer that the supplies and services offered in response to this solicitation, except for those identified in paragraph (b), comply fully with the Electronic and Information Technology Accessibility Standards at 36 CFR 1194. Each supply or service that will not be totally compliant at time of delivery or is only partially compliant is listed in paragraph (b). (b) All noncompliant and partially compliant supplies or services are listed below. In addition, for each supply or service that is not in full compliance, or is partially compliant, a detailed discussion of which standards are satisfied and which standards are not satisfied by the offered supply or service is included. Also, any qualifications or conditions that might affect compliance with Section 508 of the proposed supplies or services are described. The list will be kept current during the period of performance. (a) Any system or product that includes: hardware, software, firmware, and/or networked components including but not limited to voice, video, or data that is developed, procured, or acquired in support and/or performance of this requirement shall be capable of transmitting, receiving, processing, or forwarding digital information across system boundaries that are formatted in accordance with commercial standards of Internet Protocol (IP) version 6 (IPv6) as set forth in the USGv6 Profile (NIST Special Publication 500-267) and corresponding declarations of conformance defined in the USGv6 Test Program. (b) This IPv6 capable system or product shall maintain interoperability with IPv4 systems and provide the same level of performance and reliability capabilities of IPv4 systems. (c) This IPv6 capable system or product shall have available IPv4 and IPv6 technical support for development, implementation, and troubleshooting of the system. (d) This IPv6 capable system or product can be upgraded, or the vendor will provide an appropriate migration path for industry-required changes to IPv6 as the technology evolves, at no additional cost to the Government. (e) This IPv6 capable system or product must be able to operate on networks supporting IPv4 & IPv6, as well as networks that support both. (f) Any system or product whose IPv6 non-compliance is discovered and made known to the vendor/contractor within 12 months of the start of performance shall be upgraded, modified, replaced, or brought in to compliance at no additional cost to the Federal Government. (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) This solicitation allows offerors/quoters to submit Brand Name or Equal items in accordance with FAR 52.211-6 Brand Name or Equal. Offerors/quoters proposing equal product(s) must meet the Bureau of Labor Statistics (BLS), Product Authorization Site (PAS) approval criteria listed below in order to determine network compatibility. In accordance with FAR 52.211-6, offerors/quoters must provide descriptive literature such as illustrations, drawings, or clear reference material that supports the PAS approval criteria is met for the equal products being offered. The information provided for the equal products being offered will be reviewed by BLS technical staff to determine if the item is acceptable and meets the BLS PAS approval criteria. Failure to furnish the required information may result in the offer/quote being considered non-responsive to the solicitation. Product Authorization Site (PAS) Approval Criteria for Equal Items: Management: The model or version shall be: Available for purchase at the time of solicitation. Supported by the vendor two years or more after the anticipated award date. A commercial retail version or model for use in the United States. Operation: The model or version shall be: 508 compliant if applicable. Energy Star certified if applicable. Compatible with the previous or current retail version of Microsoft Windows or Linux operating systems. Compatible with the BLS standard HP or Dell workstation, laptop, server, or network routers and switches configurations. Security: The model or version shall be: Secure and not contain vulnerabilities that introduce threats and risks to the BLS computing environment. United States Government Configuration Baseline (USGCB) compliant. FIPS 140-2 compliant in the application and use of any encryption. http://csrc.nist.gov/groups/STM/cmvp/standards.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/1625-OTS-19-NAT-0004/listing.html)
 
Place of Performance
Address: Washington, DC 20212
Zip Code: 20212
 
Record
SN05145778-W 20181109/181107230540-b4ac3df3983d196b49b764ac9e5710b8 (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.