SOLICITATION NOTICE
D -- Maintenance and Support of VMWARE
- Notice Date
- 7/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-1029002
- Response Due
- 8/2/2007
- Archive Date
- 8/17/2007
- Description
- DESC: (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quote (RFQ) for the purchase of VMWare maintenance and support. (ii) The solicitation/requisition number is 1029002. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. (iv) The associated North America Industry Classification System (NAICS) Code is 541519 and the Business Size Standard is 500 employees. (v) The following is a list of contract line item numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QTY UNIT 0001 VI-VCMS-P-SSS-C Platinum SnS Virtual Center Management Server 1 Each 0002 VI-VCMS-P-SSS-C Platinum SnS VMware Infrastructure Standard 3 Each 0003 VI-VMOT-P-SSS-C Platinum Support Subscription VMotion 2 Processor 3 each 0004 VI-STD-P-SSS-C Platinum SnS VMware Infrastructure Standard 6 each 0005 VI-VMOT-P-SSS-C Platinum Support Subscription VMotion 2 Processor 6 each 0006 Reinstallment fee 0007 VI-STD-ENT-UG-C V13 Standard to Enterprise Upgrade 3 each 0008 VI-STD-ENT-P-SSS-UG-C V13 Standard to Enterpise Platinum Sup Upgrade 3 each 0009 VI-STD-ENT-UG-C V13 Standard to Enterprise Upgrade 6 each 0010 VI-STD-ENT-P-SSS-UG-C V13 Standard to enterprise Platinum Sup Upgrade 6each (vi) Description of requirements: The period of performance of this award and reinstatement is through 31 March 08. The VM Ware Serial numbers are as follows:2006-06-29 FAC-92H2J-T6U0T-D3EV2-2Z92Y Commercial VMware VirtualCenter Management Server 2 for VMware Infrastructure, 2006-06-28 FAC-90N25-T4W6A-D0N70-2PU2A Commercial VMware Infrastructure 3 Standard for 2 processors; additive licenses 6, 2006-06-29 FAC-98H8H-TDF8T-DAQYZ-2F0PU Commercial VMware Infrastructure 3 Standard for 2 processors; additive licenses 3, 2006-06-28 FAC-90NA0-T6C81-D87LC-2FFY1 Commercial VMware VMotion 2 for 2 processors; additive licenses 6, 2006-06-29 FAC-9A12H-T4A8Q-DEEGC-2ZG41 Commercial VMware VMotion 2 for 2 processors; additive licenses 3. (vii) Delivery is required within 10 calendar days after contract award. Delivery shall be made to FDA, 5600 Fishers Lane, Rockville, MD 20857-0001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical and price. Technical outweighs price in importance. The technical evaluation will be a determination as to whether the proposed system meets the salient characteristics and specifications. The technical evaluation shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement listed in (vi) above. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, technical and price considered. The government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.219.8; 52.222-3, 52.22-19, FAR 52.222-21; FAR 52.222-26; FAR 52.222-36, 52.222-1, 52.225-13, FAR 52.232-33 and FAR 52.247-64. (xiii) The following HHSRS clauses. 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003)FDA INVOICE REQUIREMENTS: THE CONTRACTOR SHALL SUBMIT INVOICES TO THE ADDRESS DESIGNATED IN THE PURCHASE ORDER (SEE BLOCK 21) TO RECEIVE INVOICES. TO CONSTITUTE A PROPER INVOICE, THE INVOICE MUST BE SUBMITTED ON COMPANY LETTERHEAD AND INCLUDE- (I) NAME AND ADDRESS OF THE CONTRACTOR; (II) INVOICE DATE AND INVOICE NUMBER; (III) PURCHASE ORDER NUMBER; (IV) DESCRIPTION, QUANTITY, UNIT OF MEASURE, UNIT PRICE AND EXTENDED PRICE SUPPLIES DELIVERED OR SERVICES PERFORMED; (V) SHIPPING NUMBER AND DATE OF SHIPMENT, INCLUDING THE BILL OF LADING NUMBER AND WEIGHT OF SHIPMENT IF SHIPPED ON GOVERNMENT BILL OF LADING; (VI) TERMS OF ANY DISCOUNT FOR PROMPT PAYMENT OFFERED; (VII) NAME AND ADDRESS OF OFFICIAL TO WHOM PAYMENT IS TO BE SENT (MUST BE THE SAME AS THAT IN THE PURCHASE ORDER OR IN A PROPER NOTICE OF ASSIGNMENT); (VIII) NAME, TITLE, AND PHONE NUMBER OF PERSON TO NOTIFY IN EVENT OF DEFECTIVE INVOICE; (IX) TAXPAYER IDENTIFICATION NUMBER (TIN). (X) ELECTRONIC FUNDS TRANSFER (EFT) BANKING INFORMATION. (XI) NAME AND TELEPHONE NUMBER OF THE FDA PROJECT OFFICER REFERENCED ON THE PURCHASE ORDER; AND (XII) ANY OTHER INFORMATION OR DOCUMENTATION REQUIRED BY THE PURCHASE ORDER. AN ELECTRONIC INVOICE IS ACCEPTABLE IF SUBMITTED IN ADOBE ACROBAT (PDF) FORMAT. ALL ITEMS LISTED IN (I) THROUGH (XII) OF THIS CLAUSE MUST BE INCLUDED IN THE ELECTRONIC INVOICE. ELECTRONIC INVOICES MUST BE ON COMPANY LETTERHEAD AND MUST CONTAIN NO INK CHANGES AND BE LEGIBLE FOR PRINTING. Clauses and provisions are incorporated by reference and apply to this acquisition. (xiv) Offers are due on Thursday, August 2 by 1500 hours, at 5630 Fishers Lane, Attention Kathy Harrigan Room 2004, Rockville, MD 20857-0001. Electronic offers are encouraged sent via email to Kathy.harrigan@fda.hhs.gov (xv) For information regarding this solicitation, please contact Kathy Harrigan at (301) 827-7155, FAX (301) 827-7039 or Kathy.harrigan@fda.hhs.gov
- Record
- SN01356061-W 20070801/070730220328 (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 |