Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
SOLICITATION NOTICE

70 -- Northern Storage Suite Licenses - Combined Synopsis

Notice Date
7/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
OS155871
 
Archive Date
7/27/2015
 
Point of Contact
Zipora Chepkoit,
 
E-Mail Address
zipora.chepkoit@psc.hhs.gov
(zipora.chepkoit@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
PDF of BNJ PDF of Combined Synopsis (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. (ii) The solicitation number is OS155871. (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 (iv) The corresponding NAICS code is 423430 (v) List of contract line item number(s) and items, quantities and units of measure Description Qtty Unit Price Total Price Northern Storage Suite - Added Capacity (5TB) 27 Northern Storage Suite- Added Capacity (5TB)- Support & Maintenance 27 Support and Maintenance: 12 months period TOTAL PRICE (vi) Description of Requirement - The Department of Health and Human Services (DHHS), Office of the Secretary (OS), Office of the Chief Information Officer (OCIO), Office of Information Technology Infrastructure and Operations (ITIO), requires additional Northern Storage Suite Licenses, and renewal of maintenance support. Northern Storage Suite (NSS) is a software solution that enables organizations to control the use of storage resources. (vii) Delivery and these services are to be for 12 months from award date. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror who provides the lowest price and is technically acceptable (LPTA). (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2014), with its offer or acknowledge its listing in the System for Award Management (SAM) website. Class Deviation to Implement Appropriations Provisions Related to Suspension and Debarment and Tax Delinquencies. (Please return alternate provision with your quote). Alternate Provision: Contractor Tax Liability or Felony Conviction The Consolidated and Further Continuing Appropriations Act, 2015 Pub. L 113-235, Division E, Sections 744 and 745 prohibits covered agencies from using funds to enter into contracts with corporations that have unpaid federal tax delinquencies or certain felony convictions unless certain conditions are met. a. The Offeror represents that - 1. It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. 2. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); (25) 52.222-3, Convict Labor (JUN 2003); (27) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (28) 52.222-26, Equal Opportunity (MAR 2007); (30) 52.222-36, Equal Opportunity for Workers with Disabilities; (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and (49) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). (xiii) Full Text Clause and Provision (i) FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (FEB 2015) (DEVIATION 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (ii) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) (DEVIATION 2015-02) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (xiv) Brand Name Justification Northern Storage Suite (NSS) is a software solution that enables organizations to control the use of storage resources. It is a user and data centric software solution that enables organizations to constrain data growth, align the value of data with the cost of storage, and extends the life of storage infrastructure thus making efficient storage consumption a part of business culture Northern Storage Suite enables ITIO to balance the need to deliver high quality file serving with the need to drive efficiency throughout all operations by providing insight into how storage resources are being consumed, including current and future risk, highlights of opportunities for increased efficiency and transforms behavior. Northern and their suite of products work hand in hand with the EMC Enterprise Storage Solution (Enterprise Storage) already in place. NSS is a Certified Software Partner for EMC for implementing storage quotas, storage type limitations, and storage reporting. Changing to competitive products will require massive overhaul of the entire system which could result in major delays and unwarranted use of resources since NSS meet FISMA and OMB policies, standards. Vendors bidding on this procurement must be an Authorized Reseller for Northern Storage Suite products. Technical Support will be through Northern Parklife, Inc. (NSS Parent Company). (xv) DPAS - N/A (xvi) Quotes are due on July 23, 2015 at 12:00 PM ET, electronically to the attention of Zipora Chepkoit at Zipora.chepkoit@psc.hhs.gov. (xvii) Contact Zipora Chepkoit, Contract Specialist at Zipora.chepkoit@psc.hhs.gov or 301-443-2342 regarding the solicitation. Any inquiries must be emailed to the Contract Specialist, with "OS155871 - Inquiries" in the subject line no later than July 21, 2015 at 3:00PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OS155871/listing.html)
 
Record
SN03802905-W 20150722/150720234944-91097992f94990befb71e2b3632a2056 (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.