Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2013 FBO #4148
SOLICITATION NOTICE

70 -- Hitachi AMS 2500 Annual Maintenance

Notice Date
4/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1200 K Street NW, Washington, DC 20005
 
ZIP Code
20005
 
Solicitation Number
RFQ51130281
 
Response Due
4/4/2013
 
Archive Date
10/1/2013
 
Point of Contact
Name: Lawrence Durden, Title: Contract Specialist, Phone: 2023264160, Fax:
 
E-Mail Address
durden.lawrence@pbgc.gov;
 
Small Business Set-Aside
N/A
 
Description
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.The solicitation number is RFQ51130281 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 334614 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-04-04 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20005 The Pension Benefit Guaranty Corp. requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: AMS2500 base filer hardware support Serial#:87041722 Part#:043-991378-01.P 8/1/2012 - 7/31/2014, 1, EA; LI 002: AMS2500 RKAK expansion tray hardware support Serial#:87041722 Part#:043-991384-01.P 8/1/2012 - 7/31/2014, 12, EA; LI 003: AMS2500 RKAK expansion tray hardware support Serial#:87041722 Part#:043-991384-01.P 11/1/2012 - 10/31/2014, 13, EA; LI 004: Storage Navigator Modular 2 software support Serial#:717230611-013 Part#:304-100431.01.P 8/1/2012 - 7/31/2014, 1, EA; LI 005: In-System Replication Bundle software support Serial#:7172112-020 Part#:304-220186-03.P 8/1/2012 - 7/31/2014, 1, EA; LI 006: Dynamic Provisioning software support Serial#:717080611-007 Part#304-220359-03.P8/1/2012 - 7/31/2014, 1, EA; LI 007: HDLM Advanced Modular Win software support Serial#:717180612-010 Part#:304-210895-03A.P10/1/2013 - 07/31/2014, 10, EA; 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, Pension Benefit Guaranty Corp. 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Pension Benefit Guaranty Corp. is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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 30 days. The provider of information technology shall adhere to: 1)Federal statutes, 2)Office of Management and Budget (OMB) guidance, 3)National Institute of Standards and Technology Federal Information Processing Standards and PBGC implementation of Security Guidelines (800 Series), (See 5a -- IM 05-2 below.) 4)Federal Information Systems Controls and Audit Manual (FISCAM), and 5)PBGC Orders relating to information security including: a)IM 05-2 Information Technology Security Policies, http://www.pbgc.gov/docs/im_05_2.pdf b)IM 05-7 Information Technology Solutions Life Cycle Methodology (ITSLCM), http://www.pbgc.gov/docs/im_05_7.pdf and c)IM 05-4 Use of Information Technology Resources. http://www.pbgc.gov/docs/Im_05_4.pdf The provider of information technology shall comply with PBGCs implementation of the following control frameworks including the: 1)Capability Maturity Model - Integrated (CMMI), 2)Control Objectives for Information and Related Technologies (COBIT), and 3)Information Technology Infrastructure Library (ITIL); and in addition, the provider of information technology shall certify the following: a)Applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). Once PBGC approves for implementation, this also includes Internet Explorer 7 configured to operate on Windows XP. For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html. b)The standard installation, operation, maintenance, updates, 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. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. The Contractor shall submit invoices for items and/or services rendered by e-mail to: InvoiceManager@pbgc.gov All inquiries concerning payment should be directed to the General Accounting Branch at (202)326-4062 #0 or by e-mail: InvoiceManager@pbgc.gov The Contractor must include the following information and/or attached documentation for the invoice to be considered proper. Invoices, which do not contain all the required information, may be returned to the vendor unpaid for correction and resubmission. - Name and address of Contractor - Invoice date and invoice number - Purchase/Delivery Order Number - Shipping and payment terms - Name and address for Contractor official to whom payment is to be sent (must be same as that in the order or in a proper notice of assignment) - Name, title, phone number and mailing and email address of person to notify in the event of an improper invoice - Taxpayer Identification Number (TIN) - Description, quantity, unit of measure, unit price and extended price of supplies delivered or services performed - Expenditures and hours of effort expended by individual during the reporting period (if applicable). - If applicable, for each invoice covering travel expenses incurred, mileage records and copies of receipts from actual transportation costs and accommodations shall be included as supportive material for each invoice. NOTE: PBGC authorization must be obtained prior to incurring any travel expenses for which the Contractor requests reimbursement. In acquiring Information Technology (IT) assets for the Government, the Contractor shall incorporate and comply with the latest version of all applicable information technology security policies and requirements, including, but not limited to, those published by PBGC, and the common security configurations defined by the National Institute of Standards and Technology [NIST] at http://web.nvd.nist.gov/view/ncp/repository and http://checklist.nist.gov which are generally for desktop operating systems. When incorporating such security configuration requirements in contracts, the contractor can consult with the Contracting Officers Representative to determine the appropriate configuration reference for a particular system or services acquisition. The Contractor shall ensure all its subcontractors which perform work under this contract comply with the above requirements. The offeror must be recognized by the legal owner as an authorized provider of the software/hardware identified in the schedule. The legal owner is defined as the legal entity that holds the proprietary rights to the software/hardware. The offeror must be a recognized entity that is authorized to sell, distribute, copy and/or change the content of the software/hardware. The offeror must certify its status as an authorized provider of the software/hardware identified in the schedule by providing written proof of its status in its response to the solicitation. PBGC reserves the right to verify information provided and check with the legal owner to confirm the offerors status. If the offeror is found not to be an authorized provider, the contracting officer shall notify the offeror that its proposal is excluded from the competitive range or eliminated from the competition. The notice shall state the basis for the determination and that a proposal revision will not be considered. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/PBGC/CMO/PD/RFQ51130281/listing.html)
 
Place of Performance
Address: Washington, DC 20005
Zip Code: 20005-4026
 
Record
SN03025212-W 20130403/130401234235-2bf34d16ca83f87d258047f2882ff603 (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.