SOLICITATION NOTICE
70 -- VMware Licenses (20 vSphere)
- Notice Date
- 9/25/2012
- Notice Type
- Presolicitation
- Contracting Office
- 1701 N Ft Myer Drive, Arlington, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- 1019232120
- Response Due
- 9/26/2012
- Archive Date
- 3/25/2013
- Point of Contact
- Name: Steven Haines, Title: Contract Specialist, Phone: 7038756746, Fax:
- E-Mail Address
-
hainessg@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 1019232120. 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. 428154. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2012-09-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Exact Match Only, to the following: LI 001, TPP L2 U.S. Federal VMware vSphere 5 Enterprise Plus for 1 processor (with 96 GB vRAM entitlement per processor) VMware Inc. - VS5- ENT-PL-F-L2., 20, EA; LI 002, U.S. Federal Production Support/Subscription for VMware vSphere 5 Enterprise Plus for 1 processor for 1 year VMware Inc. - VS5-ENT-PL-P-SSS-F., 20, YR; 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.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Evaluation will be in accordance with FAR 8.405. Accordingly, award will be made to the schedule contractor that provides the best value, price and other factors considered. The supplies or services requested by this solicitation relate to or require the use of EIT. FAR subpart 39 requires that, in accordance with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), requiring and ordering activities must ensure EIT supplies or services meet the applicable accessibility standards at 36 CFR Part 1194, unless an exception applies. The Department of State requiring official has documented in writing, in accordance with FAR 39.204, an exception to the requirements for accessibility, since the required EIT ? [ ] Is for a national security system; [ ] Is acquired by a contractor incidental to a contract; [ X ] Is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment; or [ ] Would impose an undue burden on the agency. Therefore, the requirements of FAR 39.203 do not apply to this EIT acquisition. A Limited-Sources (Brand Name Only) Justification has been documented and approved in accordance with FAR 8.4 requirements, and is attached to this FedBid solicitation. Software licenses and key codes without physically conveyed deliverables must be sent via email to Dawn Cavallo GITM Procurement Manager, at cavallodm@state.gov (703-970-2117). The email Subject line must include Requisition/Reference Number (AQ 1019######) found in Block 4, of DoS Form 347: Order for Supplies and Services. Proof of coverage must be sent via email to Dawn Cavallo GITM Procurement Manager, at cavallodm@state.gov (703-970-2117).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019232120/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02897546-W 20120927/120926001411-a180e96b35e700936d47db9e76da2107 (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 |