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 -- Software Renewal for HP Products - J&A

Notice Date
7/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD16MPC0007
 
Archive Date
8/25/2015
 
Point of Contact
Dana L. Rutledge, Phone: 4057345371
 
E-Mail Address
dana.l.rutledge.civ@mail.mil
(dana.l.rutledge.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A The Defense Information Systems Agency (DISA) is seeking quotes for Implementation & Sustainment Center/IML23 CONTRACTING OFFICE ADDRESS: DISA / DITCO Scott (PL83) 2300 East Drive Scott AFB, IL 62225-5406 INTRODUCTION: This is a RFQ TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISA is requesting quotes for the renewal of software maintenance and support ‘as a product' for HP Software products. Products are HP LRner Cntlr & Monitors SW LTU, HP Mercury Loadrunner Network Virtual User Bundle, HP C /ANSIC Developer`s Bundle, HP SiteScope Monitors, HP BAC-SAM w/oSiteScope. CONTRACT/PROGRAM BACKGROUND: Contract Number: HC1028-14-P-0302 Contract Type: FFP Incumbent and their size: Melillo Consulting, INC, Small Business Method of previous acquisition: Competition, LPTA Melillo Consulting currently provides software maintenance and support for HP Software products. Products are HP LRner Cntlr & Monitors SW LTU, HP Mercury Loadrunner Network Virtual User Bundle, HP C /ANSIC Developer`s Bundle, HP SiteScope Monitors, HP BAC-SAM w/oSiteScope, as outlined by the contract. Product List: *T6234AA HP LRner Cntlr & Monitors SW LTU (qty=2) HP SAID # 1038 8500 8405 *HP Mercury Loadrunner Network Virtual User Bundle Support, (qty bundle 6000) HP SAID # 1038 8500 8405 (qty = 1) *B9007AA HP aC /ANSI C Developer`s Bundle (qty=3) HP SAID # 1038 8778 2681 *T5717AA HP SiteScope Monitors 2001 Pt SW LTU 24x7 Support & Updates (qty bundle 4000) HP SAID # 1038 8500 8575 (qty=1) *T5617AAE HP BAC-SAM w/oSiteScope 1-50 Pt SW E-LTU 9x5 Support (qty bundle 50) HP SAID # 1038 8500 8635 (qty = 1) *T5618AAE HP BAC-SAM w/oSiteScope51-500Pt SW E-LTU 9x5 Support (qty bundle 450) HP SAID # 1038 8500 8635 (qty =1) *T5619AAE HP BAC-SAMw/oSiteScop501-2000Pt SW E-LTU 9x5 Support (qty bundle 1500) HP SAID # 1038 8500 8635 (qty = 1) *T5620AAE HP BAC-SAM w/oSiteScope 2001 Pt SW E-LTU 9x5 Support (qty bundle 500) HP SAID # 1038 8500 8635 (qty = 1) *T5720AAE 9X5 Support for HP SiteScope Web Script App Mntr SW E-LTU (qty=1) SAID # 1041 8990 175 *TB149AAE HP Sitescope PA 9X5 Support for HP SiteScope 501-2000 PT Support (qty bundle 588) (qty 1) *T5720AAE 9X5 Support for HP SiteScope Web Script App Mntr SW E-LTU (qty=1) Length of contract: 1 year Period of Performance: 10/01/2014 - 9/30/2015 REQUIRED CAPABILITIES: This requirement is to procure a Firm-Fixed-Price contract for the renewal of software maintenance and support ‘as a product' for HP Software products. Products are HP LRner Cntlr & Monitors SW LTU, HP Mercury Loadrunner Network Virtual User Bundle, HP C /ANSIC Developer`s Bundle, HP SiteScope Monitors, HP BAC-SAM w/oSiteScope, under the award terms of lowest-price-technically-acceptable (LPTA). Period of Performance is 1 October 2015 through 30 September 2016. SPECIAL REQUIREMENTS: N/A The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of 150 employees. This Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFQ, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code Vendors who wish to respond to this should send responses via email NLT 12:00 PM Eastern Daylight Time (EDT) to dana.l.rutledge.civ@mail.mil by August 10, 2015. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD16MPC0007/listing.html)
 
Place of Performance
Address: Email Delivery to: DISA.MECHANICSBURG.ESD.MBX.CD54-SERVERSW@MAIL.MIL, United States
 
Record
SN03803611-W 20150722/150720235627-9cea5562ec00f2d344b8696d0619afde (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.