SOLICITATION NOTICE
D -- SOLE SOURCE REQUIREMENT TO INTERNET SYSTEMS CONSORTIUM FOR THE PURCHASE OF DNS BIND SOFTWARE ENTERPRISE SUPPORT - RFQ Details
- Notice Date
- 3/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Media Center, 1363 Z Street, March Air Reserve Base, California, 92518
- ZIP Code
- 92518
- Solicitation Number
- HQ0516-12-T-0010
- Point of Contact
- Kandace Perkins, Phone: 3012226262
- E-Mail Address
-
kandace.perkins@dma.mil
(kandace.perkins@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ Details (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a sole source solicitation where Internet Systems consortium is the only entity certified to conduct requested services in order to maintain warranty, provide assurance of qualified support, insure software integrity, ensure security updates and patches are installed and gurantee receipt of automatic upgrades. (ii) The solicitation number, HQ0516-12-T-0010 is issued as A request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-55 February 2, 2012. (iv) This is being set-aside under NAICS code 541519 and small business size standard: $25,000,000. (v) CLIN 0001: Re-Instatement Fee EA. CLIN 0002: DNS Bind Enterprise Support for up to 100 Zones Period of Performance 1 year from date of award CLIN 1002: DNS Bind Enterprise Support for up to 100 Zones Option Year 1 CLIN 1003: DNS Bind Enterprise Support for upt to 100 Zone Option Year 2 (vi) The following is required for CLIN 0001: Re-instatement fee from October 1, 2011 to present for lapse of services. The following is required for CLIN 0002 - 1002: Period of Performance (PoP): 1 which includes: • Enterprise support for up to 100 zones • 24 x 7 phone and email support for BIND • Acknowledgement of inquiry 1 hour • Critical Incident response time 2 hours • Regular response time 4 hours • 4 designated support contacts • Access to web based support ticketing system for tracking purposes • Initial BIND configuration review • 8 hours of consulting • Security alerts, patch and update notification • BIND Forum membership at Patron level o CVS access o Access to pre-release software o Advance Security Notification : (vii) See CLIN Detail for Period of Performance Information (vi). See below for Place of Performance: Defense Media Activity 6700 Taylor Ave., Ft. Meade, MD 20755 Ft. Meade, MD 20755 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. Additionally, the Government will consider quotes only from authorized resellers of equipment manufacturers. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. All items must be quoted FOB Destination. Vendor shall certify that it is a Manufacturer's Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer's certification/specialization requirements. The Vendor confirms to have sourced all manufacturer's products submitted in this offer from manufacturer or through Manufacturer's Authorized Channels only, in accordance with all applicable laws and current manufacturer's applicable policies at the time of purchase. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. The Government will evaluate quotes on the basis of Lowest Price, Technically Acceptable. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.217-5 Evaluation Of Options JUL 1990 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 200&0 Alternate I DEC 2007 52.237-3 Continuity Of Services JAN 1991 52.242-15 Stop-Work Order AUG 1989 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.204-7006 Billing Instructions OCT 2005 252.225-7001 Buy American Act And Balance Of Payments Program OCT 2011 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 1000 Post 2007 PMR SAP Pricing Memorandum DEC 2007 CLAUSES INCORPORATED BY FULL TEXT 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(OCT 2008) The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown. Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document. The packing list shall contain the following information: (a) Contract number/Purchase Order number or Delivery Order number (b) Package number and set number (if any) of the container. (c) A list of the contents which shows the quantity by item, item description, part number, type and size, unit of issue if other than each. NOTE! The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense. INCOMPLETE DELIVERIES Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such Incomplete, or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and sub-items, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item. 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). ___ TIN:.-------------------------------------------------------- ___ TIN has been applied for. ___ TIN is not required because: ___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ___ Offeror is an agency or instrumentality of a foreign government; ___ Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. ___ Sole proprietorship; ___ Partnership; ___ Corporate entity (not tax-exempt); ___ Corporate entity (tax-exempt); ___ Government entity (Federal, State, or local); ___ Foreign government; ___ International organization per 26 CFR 1.6049-4; ___ Other-------------------------------------------------------- (f) Common parent. ___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. ___ Name and TIN of common parent: Name------------------------------------------------------------------- TIN-------------------------------------------------------------------- (End of provision) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within (insert the period of time within which the Contracting Officer may exercise the option). (End of clause) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): HTTP://WWW.FARSITE.HILL.AF.MIL HTTP://WWW.ARNET.GOV/FAR/INDEX.HTML (End of provision) 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2011) Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. Applies to all solicitations expected to result in contracts of $150,000 or more. (ii) 252.209-7005, Reserve Officer Training Corps and Military Recruiting on Campus. Applies to all solicitations and contracts with institutions of higher education. (iii) 252.216-7003, Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government. Applies to fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (v) 252.229-7003, Tax Exemptions (Italy). Applies to solicitations and contracts when contract performance will be in Italy. (vi) 252.229-7005, Tax Exemptions (Spain). Applies to solicitations and contracts when contract performance will be in Spain. (vii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in ORCA are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. ____ (ii) 252.225-7000, Buy American Act--Balance of Payments Program Certificate. ____ (iii) 252.225-7020, Trade Agreements Certificate. ____Use with Alternate I. ____ (iv) 252.225-7022, Trade Agreements Certificate--Inclusion of Iraqi End Products. ____ (v) 252.225-7031, Secondary Arab Boycott of Israel. x (vi) 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. ____ Use with Alternate I. ____ Use with Alternate II. ____ Use with Alternate III. (e) The offeror has completed the annual representations and certifications electronically via the Online representations and Certifications Application (ORCA) Web site at https://www.acquisition.gov/. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to theNAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Clause # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) (xiii) The following additional contract requirement(s) or terms and conditions apply: DEFENSE MEDIA ACTIVITY - Wide Area Work Flow. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NONE. (xv) The following notes apply to this announcement: Offers are due on 4/3/12, by 12 PM, Eastern Time through FEDBizOpps (fbo.gov). (xvi) For information regarding this soliciatation, please contact Kandace Perkins at kandace.perkins@dma.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DMC/HQ0516-12-T-0010/listing.html)
- Place of Performance
- Address: Defense Media Activity, 6700 Taylor Ave, Fort Meade, MD 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02704483-W 20120325/120323235046-d26c6a6a058eaf0151b01c01d146def4 (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 |