Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

70 -- Accellion Licenses and Maintenance Renewal

Notice Date
3/25/2020 12:26:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DEPT OF LABOR-OASAM-OFC PROC SVCS WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605DC-20-Q-EBSA-ACCELLION2020
 
Response Due
3/27/2020 12:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Awardee
null
 
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 1605DC-20-Q-EBSA-ACCELLION2020 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-27 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The DOL Office of Procurement Services requires the following items, Brand Name Only (Exact Match), to the following: LI 001: PART NUMBER: FEHULPFSAS; KITEWORKS ENTERPRISE FEDRAMP SECURE FILE SHARING HOSTED USERS WITH ADVANCED GOVERNANCE, FIPS, AUTOMATION SUITE SUPPORT, 12000 GB OF STORAGE AND 24000 GB OF BANDWIDTH. QTY. 1200 ACCELLION, INC. POP: 06/01/2020 - 05/31/2021 CUSTOMER IDENTIFICATION NUMBER IS 113214, 1, EA; LI 002: PART NUMBER: FEHA; ADDITIONAL HOSTED APPLIANCE. POP: 06/01/2020 - 05/31/2021 CUSTOMER IDENTIFICATION NUMBER IS 113214, 2, EA; LI 003: PART NUMBER: FEHAV; HOSTED KITEWORKS ENTERPRISE FED RAMP ANTI-VIRUS. POP: 06/01/2020 - 05/31/2021 CUSTOMER IDENTIFICATION NUMBER IS 113214, 3, EA; LI 004: PART NUMBER: FEHSFTP; AUTOMATION SUITE - SFTP. POP: 06/01/2020 - 05/31/2021 CUSTOMER IDENTIFICATION NUMBER IS 113214, 1, EA; LI 005: PART NUMBER: FEHSVR-AV; INSTALLATION OF A HOSTED KITEWORKS FIPS SERVER-KW-FED-EAST. POP: 06/01/2020 - 05/31/2021 CUSTOMER IDENTIFICATION NUMBER IS 113214, 3, 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOL Office of Procurement Services intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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 Office of Procurement Services 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 52.212-1, Instructions to Offerors � Commercial Items 52.212-3, Offeror Representations and Certification � Commercial Items 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 52.204-7, System for Award Management A. Applicability Contracting Officers shall insert this clause in all new solicitations and awards for the acquisition of Information and Communication Technology (ICT) to be used by the Department of Labor (DOL). B. Definitions Information and Communication Technology is defined as any information technology, and other equipment, systems, technologies, or processes, for which the principal function is the creation, manipulation, conversion, duplication, automatic acquisition, storage, display, receipt or transmission, of electronic data and information, as well as any associated content. Examples of ICT include, but are not limited to: Computers and peripheral equipment; information kiosks and transaction machines; telecommunications equipment; customer premises equipment; multifunction office machines; software; applications; Web sites; videos; and electronic documents. C. Requirements Section 508 of the Rehabilitation Act, as amended (29 U.S.C. 794d), applies to Federal Agencies, and the Contractors providing support on behalf of an Agency. The Contractor is required to provide Section 508 compliant systems and components of ICT when Federal agencies develop, procure, maintain, or use ICT. The Contractor shall ensure that its system and components allow Federal employees and members of the public with disabilities access to, and use of, information and data that is comparable to the access afforded Federal employees and members of the public without disabilities. Products, platforms and services delivered as part of this contract action that are ICT, or contain ICT, shall conform to the Revised Section 508 Standards, which are located at 36 C.F.R., 1194.1 & Apps. A, C & D. 1. Requirements by service / contract type are as follows: a. Custom ICT Development Services: When the Contractor provides custom ICT development services and/or Commercially Available Off-the-Shelf (COTS) products, pursuant to the requirements, the Contractor shall ensure the ICT fully conforms to the applicable Revised Section 508 Standards prior to delivery and before final acceptance. b. Installation, Configuration & Integration Services: When the Contractor provides installation, configuration or integration services for equipment or software pursuant to the requirement, the Contractor shall not install, configure or integrate the equipment or software in a way that reduces the level of conformance with the applicable Revised Section 508 Standards. c. Maintenance Upgrades & Replacements: The Contractor shall ensure maintenance upgrades, substitutions, and replacements to equipment and software pursuant to this award do not reduce the approved level of conformance with the applicable Revised Section 508 Standards at the time of award. Additionally, an updated Accessibility Conformance Report (ACR) shall be submitted for each ICT Item, and shall be completed according to the instructions provided by the Industry Technology Industry Council (ITIC), in order to be considered for each option year exercise. d. Service Personnel: The Contractor shall ensure that contractor personnel providing support are DHS Trusted Tester or have an equivalency of the knowledge, skills, and ability necessary to address the applicable Revised Section 508 Standards defined in the requirement, and shall provide conformant Section 508 supporting documentation upon request. e. Hosting Services: The Contractor shall not implement hosting services in a manner that reduces the existing level of conformance of the electronic content with applicable Revised Section 508 Standards, when providing hosting services for electronic content to the agency. Throughout the life of the award, the agency reserves the right to perform Independent Third-Party testing on a vendor or Contractors hosted solution to verify conformance. 2. Validation for ICT Items: The Contractor shall test and validate the ICT solution for conformance to the Revised Section 508 Standards, in accordance with the required testing methods and provide test results to verify conformance of the Voluntary Product Assessment Template (VPAT). a. For web and software, WCAG 2.0 Level AA or WCAG 2.1 Conformance Test Results shall be based on the Accessibility Tests for Software and Web, Harmonized Testing Process for Section 508 Compliance. b. For Microsoft Office and PDF documents, WCAG 2.0 Level AA or WCAG 2.1 Conformance test results shall be based on the Harmonized Testing Guidance from the AED ACOP. c. For ICT Items that are not electronic content, the Contractor shall validate conformance to the applicable Revised Section 508 Standards using a defined testing process. The Contractor shall describe test process and provide the testing results to the agency. 3. Conformance Reporting: For ICT items that are developed, updated, or configured for the agency, and when product substitutions are offered: a. Before acceptance, the Contractor shall provide an ACR for each ICT item that is developed, updated, configured for the agency, and when product substitutions are offered. The ACR should be based on the most recent version of the VPAT provided by the Industry Technology Industry Council (ITIC) at https://www.itic.org/policy/accessibility/vpat. An ACR shall be submitted for each ICT Item, and shall be completed according to the instructions provided by ITIC to be considered for acceptance. b. Before acceptance, when the Contractor is required to perform testing to validate conformance to the agency�s accessibility requirements, the vendor shall provide a Supplemental Accessibility Report (SAR) that contains the following information: i. Accessibility test results based on the required test methods ii. Documentation of features provided to help achieve accessibility and usability for people with disabilities. iii. Documentation of core functions that cannot be accessed by persons with disabilities. iv. Documentation on how to configure and install the ICT item to support accessibility. v. When an ICT item is an authoring tool that generates content (including documents, reports, videos, multimedia productions, web content, etc.), provide information on how the ICT item enables the creation of accessible electronic content that conforms to the Revised Section 508 Standards, including the range of accessible user interface elements the tool can create. vi. Before final acceptance, the Contractor shall provide a fully working demonstration of the completed ICT Item to demonstrate conformance to the agency�s accessibility requirements. The demonstration shall expose where such conformance is and is not achieved. c. At any time, DOL reserves the right to perform Independent Third-Party testing to validate the ICT solution provided by the Contractor, conforms to the applicable Revised Section 508 Standards. 4. Non-Compliance: Before final acceptance of any ICT item, including updates and replacements, DOL shall determine that the furnished ICT item is in compliance with applicable requirements. If the furnished ICT item is determined to be non-compliant, the Contracting Officer shall notify the Contractor of this determination, within 15 business days of determination of non-compliance. The Contractor shall, at no cost to DOL, repair or replace the non-compliant products or services within the period specified by the Contracting Officer, or show evidence that as a reseller, it is actively working with the contractor to make the product compliant. The Contracting Officer makes the final decision to accept or not accept a Contractor�s ICT item that does not meet the stated Section 508 Standards. Where DOL determines that conformance to requirements of the Revised Section 508 Standards would impose an undue burden or would result in a fundamental alteration in the nature of the ICT, conformance shall be required only to the extent that it does not impose an undue burden, or result in a fundamental alteration in the nature of the ICT. Where ICT conforming to one or more requirements in the Revised Section 508 Standards is not commercially available, DOL shall procure the ICT that best meets the Revised Section 508 Standards consistent with the DOL�s business needs. In such cases, the Contractor shall provide alternative means of access that will enable people with disabilities to use the product being procured. Additional information about Section 508 accessibility standards is located at https://www.section508.gov/ Additional information on creating accessible documents is available at https://www.hhs.gov/web/section-508/making-files- accessible/index.html� Certification required as authorized reseller of Accellion products and services. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. 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 FAR clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation Criteria: The Government intends to award a contract resulting from this solicitation to the Lowest priced technically acceptable (LPTA) responsible Offeror. Open market quotes are accepted. Evaluation of Price will be based on the Offeror's total price for all line items. The following factors will be used to evaluate quotations/offers: (i) Price (ii) Technical Acceptability Fixed-price contracts providing for an adjustable price may include a ceiling price, a target price (including target cost), or both. The Government anticipates a fixed price award for this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12305b014db0431796dbc8bde0892acc/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05600356-F 20200327/200325230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.