SOLICITATION NOTICE
70 -- Indicative Software
- Notice Date
- 2/11/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- 1701 N Fort Myer Drive, Springfield, VA 21999
- ZIP Code
- 21999
- Solicitation Number
- SAQMMA08Q0153
- Response Due
- 2/13/2008
- Archive Date
- 8/11/2008
- Point of Contact
- Name: Lawanna Manning, Title: CONTRACT SPECIALIST, Phone: 7038756069, Fax:
- E-Mail Address
-
manninglr@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number SAQMMA08Q0153. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 62195. NASA SEWP IV Contracts Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-02-13 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, SERVICE DIRECTOR 8.2 CENTRAL MANAGEMENT SOFTWARE INCLUDES PRESENTATION LAYER, MG. Indicative Software #SD100A, 1, EA; LI 002, REAL USER MONITORING (RUM) OPTION - PLUG IN APPLICATION MODULE FOR INDICATIVE SE. Indicative Software #RUM100A, 1, EA; LI 003, APPLICATION ANALYZER OPTION - PLUG IN APPLICATION MODULE FOR INDICATIVE SERVICE. Indicative Software #AA100A, 1, EA; LI 004, INDICATIVE 1 YR WARRANTY, 5X8 NEXT DAY PHONE SUPPORT AND SOFTWARE UPGRADE SERVIC. Indicative Software #S100A, 1, YR; For this solicitation, Department of State 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 877-933-3243 to address any questions or comments New equipment ONLY, NO remanufactured products, and NO "gray market" Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. I recommend that the Department of State use other than full and open competition for the acquisition of Application Performance Monitoring Indicative Software. The application and maintenance for a period of one year. 2. Nature and/or description of the action being approved. The Bureau of Information Resource management (IRM), Office of enterprise Network Management (ENM) procured the pilot deployment of the Indicative software in support of the ILMS application. The application has been a success and the ILMS team has requested that the pilot implementation be converted to a production system. 3. A description of the supplies or services required to meet the agency?s needs. The contractor is to provide the following items; Service Director 8.2, Real User Monitoring (RUM) Appliance, Application analyzer, and one year of maintenance (5 by 8 support). 4. The statutory authorities permitting other than full and open competition are as follows: 41 USC 253(c)(1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. 5. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. Efforts to solicit offers from other sources are not practical due to Indicatives limited use of all product, services, and software associated with their products/service. Indicative met an overwhelming majority of the requirements. 6. A description of the market survey conducted and the results or a statement of the reasons a market survey was not conducted. Market analysis using trade magazines, research groups, and the Internet Identified multiple vendors that could possibly meet EMS needs. The following were considered based on their presence in the marketplace: AiMetrix NeuralStar; CA EHealth; Indicative; BMC TMART; HP Mercury; NetIQ AppManager. Of the six, only HP Mercury was not pursued further due to time to deploy and time to return on investment.
- Web Link
-
www.fedbid.com (b-62195, n-10550)
(http://www.fedbid.com)
- Place of Performance
- Address: SPRINGFIELD, VA 22153
- Zip Code: 22153
- Country: US
- Zip Code: 22153
- Record
- SN01505496-W 20080213/080211223647 (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 |