SOLICITATION NOTICE
70 -- Commvault Enterprise License Subscription - Package #1
- Notice Date
- 8/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0251
- Archive Date
- 9/14/2016
- Point of Contact
- Cristina M. Watkins, Phone: 3013942529, DeAnna M. Sivage, Phone: 5756784963
- E-Mail Address
-
cristina.m.watkins.civ@mail.mil, deanna.m.sivage.civ@mail.mil
(cristina.m.watkins.civ@mail.mil, deanna.m.sivage.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Redacted Simplified Acquisition Sole Source Justification 508 Solicitation - Language 508 Solicitation - GPAT Salient Characteristics Evaluation Criteria (LPTA) Provisions and Clauses Full Text Attachment (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-16-T-0251. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective 14 July 2016. (iv) The associated NAICS code is 511210. The small business size standard is $38.5 million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Commvault Enterprise License Subscription in accordance with Salient Characteristics in section (vi) below and attached 508 Solicitation Template/508 Solicitation GPAT (vi) Description of requirements (also attached): C.1 Requirement The Corporate Information Branch (RDRL-CIO-M) of the U.S. Army Research Laboratory's (ARL) Computational and Information Sciences Division (CISD) requires Commvault Enterprise Licenses for data protection, recovery and maintenance. The Contractor shall provide the software as detailed in section C.2 below. C.2 Salient Characteristics C.2.1 Quantity thirteen (13,) Commvault Data Protection Advanced (DPA), Per Terabyte (TB), Capacity License, Perpetual C.2.2 Quantity 259, Commvault File Archive Enterprise (FAE), Per TB, Capacity License, Perpetual C.2.3 Quantity thirteen (13), Maintenance for Commvault Data Protection Advanced, Per TB, Capacity License C.2.4 Quantity 259, Maintenance for Commvault File Archive Enterprise, Per TB, Capacity License C.2.5 Quantity 238 Commvault Simpana Data Archive Enterprise (DAE) edition capacity C.2.6 Quantity 32 Data Protection Advanced (DPA) edition capacity bundle, limited C.2.7 Quantity 98 Commvault Simpana Data Archive Enterprise (DAE) edition capacity C.2.8 Quantity 10 Data Protection Advanced (DPA) edition capacity bundle, limited C.2.9 Quantity 18 Data Archive Enterprise feature pack, 1TB capacity C.2.10 Quantity Two (2) Data Protection Advanced (DPA) edition capacity bundle, limited C.2.11 Quantity 75 Commvault Simpana Data Archive Enterprise (DAE) edition capacity C.2.12 Quantity 10 Data Protection Advanced (DPA) edition capacity bundle, limited C.2.13 Quantity Three (3) Commvault Simpana Data Archive Enterprise (DAE) edition capacity C.2.14 Quantity one (1) Data Protection Advanced (DPA) edition capacity bundle, limited C.2.15 Quantity one (1) Data Archive Enterprise feature pack, 1TB capacity C.2.16 Quantity one (1) Data Protection Advanced (DPA) edition capacity bundle, limited C.2.17 Quantity one (1) Data Protection Advanced (DPA) edition capacity bundle, limited C.2.18 Quantity six (6) Data Archive Enterprise feature pack, 1TB C.2.19 Quantity two (2) Data Protection Advanced (DPA) edition capacity bundle, limited C.3 Delivery and Term C.3.1 The Contractor shall provide the licenses in section C.2 within two (2) weeks after date of contract (ADC). C.3.2 The Contractor shall provide the licenses contained at C.2.1 and C.2.2 as perpetual licenses. The contractor shall provide the licenses contained at C.2.3 through C.2.19 with a term of twelve (12) months. (vii) Period of Performance is within two (2) weeks after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) at Adelphi Laboratory Center (ALC), Adelphi MD, 20783. Acceptance shall be performed at Army Research Laboratory (ARL) at Adelphi Laboratory Center (ALC), Adelphi MD, 20783. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past Performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and FAR 52.212-3 ALT I with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995), 52.204-10 Reporting Executie Compensation and First Tier Subcontract Awards (Oct 2016), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterams (Oct 2015), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veternas (Feb 2016), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.203-3 Gratuities (Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015), 252.215-7007 Notice of Intent to Resolicit (Jun 2012), 252.215-7008 Only One Offer (Oct 2013), 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013), 252.225-7021 Trade Agreements (Oct 2015), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.239-7017 Notice of Supplu Chain Risk (Nov 2013), 252.239-7018 Supply Chain Risk (Oct 2015), 252.243-7002 Requests for Equitable Adjustment (Dec 2012), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-D.5152.004-4400 Distribution Statement A; APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401 Receiving Room Requirement 0 ALC (Sept 1999); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 52.204-7 System for Award Management (July 2013); 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.213-2 Invoices (Apr 1984); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 30 Aug 2016 by 1700 Eastern Time (ET), via email to cristina.m.watkins.civ@mail.mil, CC deanna.m.sivage.ctr@mail.mil. Please reference solicitation number W911QX-16-T-0251 on any correspondence. (xvii) For information regarding this solicitation, please contact Cristina Watkins, cristina.m.watkins.civ@mail.mil, CC deanna.m.sivage.ctr@mail.mil. Please reference solicitation number W911QX-16-T-0251 on any correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/03755a265c807ce0b18924990a0f8a5d)
- Place of Performance
- Address: Army Research Laboratory (ARL) at Adelphi Laboratory Center (ALC), Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04227051-W 20160818/160817000554-03755a265c807ce0b18924990a0f8a5d (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 |