SOLICITATION NOTICE
99 -- MISCELLANEOUS
- Notice Date
- 9/15/2008
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command, M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700408Q0227
- Response Due
- 9/22/2008
- Archive Date
- 10/22/2008
- Point of Contact
- Lacresha Granger (229) 639-6881 Contact Person: Lacresha Granger, S1930, (229) 639-6881, Contracting Officer, Susan L. Wilson, S1930, (229) 639-6741
- 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, the test program outlined in FAR Subpart 13.5, as well as supplemental information provided herein. This announcement constitues the only solicitation; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation, which shall be considered by the agency. The requirement is for the purchase of annual software support agreement for NetBackup software for the Marine Corps Logistics Command, Albany, GA, for the period of 1 October 2008 to 30 September 2009. Location of Services: Marine Corps Logistics Command, Albany, GA Veritas NetBackup Software Support location: Building: Warehouse 1330 Door 19 Closing Date/Time: 17 September 2008 15:00 Hours (3:00 PM EST)It is requested that your company provide a quote for the Veritas NetBackup Software Support. Your quote is to include: Cost proposalAnticipate a Firm-Fixed Price Quotes will be evaluated based upon price.Anticipated Award is 24 September 2008 Period of Performance: 01 October 2008 -30 September 2009*********************************************************************** #Part No.DescriptionQtyGSA/OMUnit PriceExtended Price112527120VRTS NETBACKUP STANDARD CLIENT 6.5 XPLAT PARTNER ESSENTIAL 12 MONTHS GOV BAND S97212527953VRTS NETBACKUP CLIENT APPLICATION AND DATABASE PACK 6.5 WIN TIER 2 PARTNER ESSENTIAL 12 MONTHS GOV BAND S6312528120VRTS NETBACKUP CLIENT APPLICATION AND DATABASE PACK 6.5 UNX TIER 2 PARTNER ESSENTIAL 12 MONTHS GOV BAND S18412529566VRTS NETBACKUP SERVER ENTERPRISE SERVER 6.5 WIN TIER 2 PARTNER ESSENTIAL 12 MONTHS GOV BAND S1512531266VRTS NETBACKUP OPTION LIBRARY BASED TAPE DRIVE 6.5 XPLAT PARTNER ESSENTIAL 12 MONTHS GOV BAND S4612531266VRTS NETBACKUP OPTION LIBRARY BASED TAPE DRIVE 6.5 XPLAT PARTNER ESSENTIAL 12 MONTHS GOV BAND S9712531526VRTS NETBACKUP OPTION VAULT BASE 6.5 XPLAT PARTNER ESSENTIAL 12 MONTHS GOV BAND S1812531756VRTS NETBACKUP OPTION VAULT ADDITIONAL DRIVE 6.5 XPLAT PARTNER ESSENTIAL 12 MONTHS GOV BAND S8912777299VRTS NETBACKUP OPTION SHARED STORAGE OPTION FOR TAPE 6.5 XPLAT PARTNER ESSENTIAL 12 MONTHS GOV BAND S91012527370VRTS NETBACKUP ENTERPRISE CLIENT 6.5 WIN TIER 4 PARTNER ESSENTIAL 12 MONTHS GOV BAND S11112527384VRTS NETBACKUP ENTERPRISE CLIENT 6.5 WIN TIER 2 PARTNER ESSENTIAL 12 MONTHS GOV BAND S1 The following clauses apply:WIDE AREA WORKFLOW IMPLEMENTATION To implement DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008), in accordance with MAPS 52.232.9650 USMC Wide Area Workflow Implementation (AUG 2006), hereby included by reference, the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) register to use WAWF-RA at https://wawf.eb.mil, and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF-RA issues concerning account activation, password resets, CAGE code issues and problems inputting invoices, please contact cscassig@ogden.disa.mil or by calling 1-866-618-5988. The USMC WAWF-RA POC for this contract/order is: Refer to "Issued By" block on page 1 of contract. Contractors are advised:Invoices for Supply Items use the COMBO format.Invoices for Services use the 2 in 1 format.Invoices for Cost Reimbursement type contracts use cost voucher format. DO NOT USE: The Fast Pay Option. Invoices SHOULD NOT be submitted until efforts have been accomplished! Also, use the following DoDAAC's when providing invoices: Administered By: M67004Payment Official: M67443Issued By: M67004Ship To: M94705Acceptance By: M94705 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) CUSTOMER'S POINT OF CONTACT(Government Use Only) All customer (requiring activity) questions regarding performance of this contract/order, including delivery status/delivery acceleration, shall be addressed directly to the Government designated point of contact. Lacresha Granger, 229-639-6881, lacresha.granger@usmc.mil or Susan L. Wilson, susan.l.wilson@usmc.mil 52.212-1 Instructions to Offerors-Commercial Items INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ?Remit to? address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infra-structure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 Evaluation-Commercial Items EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ____Price_. The following clauses are incorporated by reference: Clause NumberClause Title Date of Clause 52.212-4Contract Terms and Conditions-CommercialFEB 2007Items52.212-5Contract Terms and Conditions Required toJUN 2008Implement Statutes or Executive Orders-Commercial Items ***********************************************************************Evaluation factor(s) listed above is price. Proposals are due by 3:00 PM EST on 16 September 2008. The quotes submitted will be based upon the evaluation factor(s) listed in the solicitation.Quote submission may be accomplished via: Email: lacresha.granger@usmc.mil Or U.S. Postal Service Contracts Department (Code S1930) Attn: Ms. Lacresha Granger P.O. Drawer 43019 MCLC Albany, GA 31704-3019 Or Overnight Delivery Contracts Department (Code S1930) Attn: Ms. Lacresha Granger Bldg. 3700, 3rd Floor, Room 310E/B MCLC Albany, GA 31704-3019 For additional information you can contact: Ms. Lacresha Granger (229)639-6881 or email: lacresha.granger@usmc.mil Or Ms. Susan L. Wilson (229)639-6741 or email: susan.l.wilson@usmc.mil Thank you, Lacresha Granger Contracts Specialist
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5049946595ee7092fdf2b2c0a26801b8&tab=core&_cview=1)
- Record
- SN01671112-W 20080917/080915221903-5049946595ee7092fdf2b2c0a26801b8 (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 |