Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOLICITATION NOTICE

70 -- PURCHASE OF VMware SOFTWARE

Notice Date
12/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-11-Q-PCC013
 
Archive Date
12/28/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie Houck,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This Solicitation is issued as a Request For Quote number RFQ HSCG44-11-Q-PCC013.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through FAC Federal Acquisition Circular 05-46. This procurement will be processed in accordance with FAR Part 12 &13. The North American Industry Classification System (NAICS) is 423430 The SBA size standard in Employees is 100. This is NOT a Small Business Set-Aside. The USCG Command and Control Engineering Center (C3CEN), Portsmouth. Va. 23703, intends to issue a Firm Fixed Price Purchase Order Contract for the purchase of the following Items listed below in Schedule-B. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items than that information listed. Items are to be New Items, Used Refurbished Items are not acceptable. Request for drawings/specs will be disregarded. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the Items are to be "Named Brand" specific and therefore are to be manufacture by VMware Only. Substitue proposed brands will NOT be considered for award. See JOTFOC Justification for Other Than Full and Open Competition. Required Delivery Date is within 60 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199. This is Considered to be a Competetive Acquisition. See attached below JOTFOC Justification for Other Than Full and Open Competition Schedule-B Line Item # PN/ Description Quantity Unit 1 U.S. Federal VMware VSphere 4 4 EA Enterprise Plus for 1 Processor (Max 12 cores per processor). VMware P/N: VS4-ENT-PL-F-L1 2 U.S. Federal Production Support/ 4 EA Subscription for VMware vSphere Enterprise Plus for 1 Processor for 3 years. VMware P/N: VS4-ENT-PL-P-SSS-F *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information,by DEC/13/2010 @ 8:00am EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination, Destination is preferred by the USCG/GOV. If proposing FOB Origin provide Shipping cost as a separate Line Item. Required Delivery Date is within 60 Days ARO. The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. FIRM FIXED Price Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is DEC/13/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to James.A.Lassiter@uscg.mil Email is preferred. The anticipated Award Date for the PO Contract is Dec/14/2010, this date is approximate and not exact. This is NOT a Small Business Set-Aside. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: 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 The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering Brand, specification, price, delivery, and past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (OCT 2010), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other Than Full and Open Competition. (a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." USCG Command, Control, and Communications Engineering Center, C3CEN Portsmouth Va. (2) Nature and/or description of the action being approved. Purchase of a VMWare Virtual computing environment for use in prototype SAROPS v2.0 installation. (3) A description of the supplies or services required to meet the agency's needs Search and Rescue Optimal Planning System (SAROPS) is the Coast Guard's Mission Essential Application (MEA) for use as a Search and Rescue tool. It is currently deployed as a Terminal Server (TS) application residing on a number of distributed terminal servers. SAROPS has been in services in its current configuration since 2004 and the currently deployed version is 1.3. As technology advances, so does the need for the CG to evolve its MEAs to continue to meet current and future needs. As a TS application, SAROPS is dependent on locally installed supporting applications (such as ESRI ArcDesktop). The next generation of SAROPS is planned as a Web Service (WS) application that can be accessed and run from the internet browser of any computer. To accomplish this, the existing equipment will be eventually replaced with web servers. The number of locations that web servers will be required will be about a third of the number of locations presently required in the terminal server installation. However, the computing resource required at each location will be about three times as much. To meet the demands of the of the WS installations while maintaining a reduced footprint (required rack space and power), it was determined to proceed with a blade server installation with a number of servers (web servers, application servers, database servers, etc.) operating as virtual computers on the blade installation. This virtual computer environment must meet a number of requirements in order to satisfy the MEA needs of SAROPS. The virtual computer environment must be; a) Capable of supporting virtual Microsoft Windows operating systems including Microsoft DOS, Windows Server 2003, Windows Server 2008, Windows XP, Windows Vista, Windows 7. These operating systems must be supported in both the 32 bit and 64 bit versions where available. b) Capable of being installed on physical computers with multiple CPUs with multiple cores and then being able to assign resources from that physical computer to the virtual computer. c) Capable of creating virtual computers from a physical computer. d) Capable of creating "snapshots" of virtual computers allowing ease of reversion to earlier state when required. e) Movement of virtual computers between/among physical computers to simplify physical resource management. f) Ability to change virtual computer characteristics (memory, storage, or CPU) while the virtual computer is running - i.e. no need to shutdown virtual computer to make the change. g) Fault tolerance. If a virtual computer (or the physical computer for that matter) fails, fail over to an alternate computer must be handled within the virtual environment without purchase of additional applications (such as FailOver©) h) Load Leveling. The virtual environment must be capable of automatically sensing the VS loading and adjusting traffic in/among the VSs without the purchase of additional applications (such as Citrix©) i) Capable of being centrally monitored to ensure the proper operation of each VS site. j) Capable of being centrally managed. All the above requirements must be able to be accomplished from a centralized location (or multiple locations) to avoid extensive travel requirements to maintain the system. k) Capable of being managed/maintained by C3CEN personnel without the need for proprietary products (i.e. all items must be available as off-the-shelf). l) Must be capable of incrementally upgraded as product improvements become available. m) Capable of being granted CG waiver authority for installation on the Coast Guard/DHS data network known collectively as CG One. There are numerous Engineering Service companies who advertise the ability to develop and install virtual computer environments to meet specific customer requirements. These installations are "turnkey" type installations that are generally proprietary of comprised of multiple applications within the virtual environment to meet all requirements. Upgrades to such systems must be referred back to the product originator and maintaining this type of installation within the C3CEN limited support resource capability was deemed too onerous. There were three Virtual Computing environments that were investigated as possible solutions. They were Citrix Xen, Microsoft System Center, and VMWare Vsphere v4. While all these systems have their respective strengths, it appeared as if only the VMWare solution met all requirements. The following table reflects the evaluation of each product line. (table obtained from a independent comparison source - Datamation©) As such, a waiver request was made to the CGOne network authority for permission to install the VMWare solution on CGOne as a prototype development environment for the next generation of SAROPS. VMWare is currently the only Virtual Environment granted permission for installation on CGOne. The waiver for our prototyping installation was provided by waivers #5686819520 and #5515816334. This proposed procurement is for the prototyping effort of the next generation of SAROPS and, if the prototyping effort is deemed successful, will the the first of approximately 6 similar acquisition efforts. This procurement will consist of VSphere v4 Enterprise. VSphere is licensed on a per CPU basis, and our prototype system will have 4 CPUs. VSphere cost is approximately $3,200 per CPU for a total cost of approximately $13,000.00. Included with the VSphere acquisition is ESXI (which is the virtual environment installed on each physical server also referred to as a Hypervisor) and VCentral (which is the central management software which provides centralized management failover, and load leveling capability with the Hypervisor installations). VSphere is sold with a minimum of 1 year support/maintenance agreement for an additional charge of approximately $900/CPU. As this is a development effort extending longer than 1 year, we have opted for the 3 year support/maintenance agreement with a cost of approximately $2200/cpu for a total procurement cost of approximately $22,000. (4) An identification of the statutory authority permitting other than full and open competition. 6.302-1(a)(2)(iii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Verbal estimates from system developers ranged from $500K per site for system development/installation. While these services would include hardware and software, they are considered outside of project budget. This procurement is for a "Named Brand" product, which under the requirements of 6.302-1(b) requires a justification for other than "full and open competition" even though this product is available from multiple sources. The most important distinction here is that while many/most of the perceived requirements for our virtual environment may be provided by all three of the major virtual environment suppliers, not all are met. While each is capable of integrating all requirements within their product, each would require time and or money to provide that capability. Estimates for achieving full capability for the other two vendors range from $100K and 1 year, to $500K and never (as in there are no plans to provide that capability). Further, the CG One network authority has currently evaluated and approved only the VMWare suite of virtualization software to be installed on this network. While others may be evaluated and subsequently approved for installation on CG One, this too would require additional time and resources. Though not precisely calculatable, estimates for this effort range from $50K and 6 months - upwards. Though C3CEN may submit a request to the network authority for this evaluation and approval, it is outside the scope of C3CEN authority perform the evaluation. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. - Requirement shall be posted on FED BIZ OPS as Brand Specific, with a statement that offerors that propose/quote will be considered by the Government. (7) A determination by the contracting officer that the anticipated cost to the Government will be Fair and Reasonable. As determined by market evaluation, the prices for this product are consistent. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. There are numerous OEM outlets for this software. Including 1) VirtualizationWorks.com with a price of $3145/cpu, 2) VMWare with a purchase price of $3495/cpu, 3) En Pointe Technologies with a purchase price of $4369/cpu, 4) Carahsoft with a purchase price of $3179/cpu (9) Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. N/A (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(iii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. The CG One network authority has currently evaluated and approved only the VMWare suite of virtualization software to be installed on this network. It is outside the scope of C3CEN authority solicit additional virtualization suites without network authority. Centralization of this approving authority was instituted to avoid duplicative efforts, ensure operating systems compatibility, and to maintain standardization within the network. Procurement of this software may be made from a number of OEM vendors for this software manufacturer - including GS contracts. Duplication of the TISCOM engineering and approval of virtualization environment would be required. ________________________ (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. The most important distinction here is that while many/most of the perceived requirements for our virtual environment may be provided by all three of the major virtual environment suppliers, not all are met. While each is capable of integrating all requirements within their product, each would require time and or money to provide that capability. Estimates for achieving full capability for the other two vendors range from $100K and 1 year, to $500K and never (as in there are no plans to provide that capability). Further, the CG One network authority has currently evaluated and approved only the VMWare suite of virtualization software to be installed on this network. While others may be evaluated and subsequently approved for installation on CG One, this too would require additional time and resources. Though not precisely calculatable, estimates for this effort range from $50K and 6 months - upwards. Though C3CEN may submit a request to the network authority for this evaluation and approval, it is outside the scope of C3CEN authority perform the evaluation. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. For a government cost estimate, only the sources referenced in paragraph 8 (above) were contacted for pricing. (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. Cordell Viehweg James A. Lassiter Technical (signature) Contracting Officer (signature)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PCC013/listing.html)
 
Record
SN02337418-W 20101204/101202234326-79543931994692a0a99e421c0ccd8f39 (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.