Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOLICITATION NOTICE

70 -- SolarWinds License Maintenance Support

Notice Date
7/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
15-OCIO-CIO-NAT-0411
 
Point of Contact
Leslie A Tabash,
 
E-Mail Address
tabash.leslie.a@dol.gov
(tabash.leslie.a@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
(I) 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. (II) The solicitation number is 15-OCIO-CIO-NAT-0411 and is issued as a Request for Quotations (RFQ). (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. (IV)The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a size standard of $27.5 M. This acquisition is set aside for small businesses. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN DESCRIPTION NO. UNIT UNITS MEASURE 1 SolarWinds VoIP and Network Quality Manager 1 EA. IP SLA 50, IP Phone 3000 (up to 50 IP SLA source devices, 3000 IP phones) -- Annual Maintenance Renewal. POP: 8/27/15 through 8/26/16 2 SolarWinds User Device Tracker TUX 1 EA. (unlimited ports per server)-- Annual Maintenance Renewal. POP: 8/27/15 through 8/26/16 3 SolarWinds Additional Polling Engine for SolarWinds 1 EA. Unlimited Licenses (Standard Poling Throughput)-- Annual Maintenance Renewal. POP: 8/27/15 through 8/26/16 4 SolarWinds Network Configuration Manager DLX 1 EA. (unlimited nodes)--Annual Maintenance Renewal. POP: 9/26/15 through 8/26/16 5 SolarWinds Engineer's Toolset Per Seat License-- 1 EA. Annual Maintenance Renewal. POP: 9/26/15 through 8/27/16 6 SolarWinds NetFlow Traffic Analyzer Module for 1 EA. SolarWinds Network Performance Monitor SLX-- Annual Maintenance Renewal. POP: 9/26/15 through 8/26/16 7 SolarWinds Network Performance Monitor SLX 1 EA. (unlimited elements-Standard Polling Throughput)-- Annual Maintenance Renewal. POP: 09/26/15 through 8/26/16 Optional CLIN: 8 SolarWinds IP Address Manager IPX (unlimited IPs)-- 1 EA. Annual Maintenance Renewal. POP: 4/7/16 through 8/26/16 (VI) Description of requirements is as follows: Background Information The Office of the Chief Information Officer (OCIO) has a need to purchase Solarwinds licenses to support Employee Computer Network/Department Computer Network (ECN/DCN) infrastructure. Technical Objectives To continue specified Solarwinds Licenses to support the ECN/DCN infrastructure. Period of Performance The period of performance will vary - reference Line Items for various period of performance dates. All line items should co-term for a common ending date. General Requirements The contractor shall independently perform all work and furnish all labor, materials, supplies, equipment, and services (except as otherwise specified in the contract). Co-terming-the contractor shall in consultation with SolarWinds undertake co-terming of the license Maintenance Support. This will merge the several purchases into a common period of performance. Specific-The Contractor shall: 1. Provide updates and upgrades automatically 2. Website downloads for updates from the vendor's website. 3. Hotline Technical Support-via telephone and email available after business hours and telephone consulting availability during business hours for New Releases/updates. Delivery U.S. Department of Labor 200 Constitution Ave, N.W. Room N-1301 Washington, DC 20210 (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 following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), 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 following additional FAR clauses cited in the clause are applicable to this acquisition: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (JUN 2014) (E.O. 13423). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (JUL 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The following additional FAR clauses are applicable to this acquisition: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.222-17 NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (APR 2015) (XIII) Additional contract requirements: This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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 30 days of the contract expiration. 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to unclude this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months. DOLAR 2952.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (MAY 2004) (a) TBD is hereby designated to act as contracting officer's technical representative (COR) under this contract. (b) The COR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the contracting officer must issue such changes. Third party vendors will NOT be accepted. (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 10:00 A.M. ET on 3 AUG 2015. All offers must be e-mailed to the attention of Leslie Tabash, E-mail: Tabash.leslie.a@dol.gov. (XVI) Any questions regarding this solicitation should be directed to Leslie Tabash at E-mail: Tabash.leslie.a@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/15-OCIO-CIO-NAT-0411/listing.html)
 
Record
SN03814660-W 20150731/150729235346-239d92b2499b5df4b502750873de484d (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.