SOLICITATION NOTICE
70 -- Server UpGrades to our BMC SDE
- Notice Date
- 5/13/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- USCG Command and Control Engineering Center 4000 Coast Guard Boulevard Portsmouth VA 23703-2199
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-09-Q-TED630
- Response Due
- 5/26/2009
- Point of Contact
- James A Lassiter, CONTRACTING OFFICER, Phone (757)686-2149, Fax (757)686-4018, - Carrie F. Houck, Contracting Officer, Phone 757-686-4215, Fax 757-686-4018
- E-Mail Address
-
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote(RFQ) number HSCG44-08-Q-TED630.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 541511. The SBA size standard in Million of Dollars is 25.0. This is a 100% Total Small Business Set-Aside. The USCG Command and Control Engineering Center (C2CEN) in Portsmouth Va. intends to award a Purchase Order resulting from this Combined Synopsis/Solicitation Notice. C2CEN has a requirement to have our Current Version 9.2 of the BMC SDE Upgraded to the most Current Version the BMC Service Desk Express 9.8 Upgrade or if there is latter version than that please state so in your quotation. It is anticipated that the Contractor will be required to Travel here to C2CEN in Portsmouth Virginia. The Contractor is required in his/her Firm Fixed Price Quotation to provide a Cost Estimate for the Travel that will be involved with the performance of this Contract. All Travel cost will be paid IAW the JFTR. See attached Statement of Work (SOW) below. This is a 100% Total Small Business Set-Aside The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.219-6 Notice of a Total Small Business Set-Aside FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009) to include Alt I These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (MAR 2009) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (APR 2009), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). HSAR 3052.242-72 Contracting Officers Technical Represtative(DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) FIRM FIXED Price Quatations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is May/26/2009 @ 8:00 AM Eastern Time. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James.A.Lassiter@uscg.mil, Contracting Officer; or the secondary POC Carrie.F.Houck@USCG.mil, Contract Officer. *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by May/26/2009 @8:00AM EST. Firm Fixed Prices- these contract cost are not to be modified/increased. Please provide specific cost breakdown for Travel/Labor/Training and any Materials/Items that may be required for this Entire Project. Also state when the Offeror can start/perform this work as described in the SOW. e.g. can start with in 10 days ARO (After Receipt of Order). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. STATEMENT OF WORK(SOW) Upgrade BMC Service Desk Express 9.2 to latest version WORK COVERED BY CONTRACT: Contract work shall encompass the following items of work as described below. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. WORK INCLUDED: The Contractor shall provide all labor, software patches and supervision necessary to perform the work as described herein. All work shall be conducted per this scope of work and all applicable Federal, State and Local laws, regulations, codes and directives. Work of an incidental nature not expressly described in this scope although necessary to complete the project shall be included. The contractor shall provide a consultant with extensive BMC Service Desk Express training and experience. Also, the contractor MUST be an authorized Government Partner of BMC Software. See below doc. GENERAL: Electrical power, internet connectivity, telephone, water and sanitary facilities are available to the site. SCOPE OF WORK: UPGRADE CURRENTLY RUNNING BMC SDE VERSION 9.20 TO LATEST VERSION OF BMC SDE 1.1. Upgrade: Currently, C2CEN has version 9.20 running on an application and database server. Both servers would need to be updated to the most current versions of both SQL (which C2CEN will provide) and SDE (which the contractor will provide, via BMC Software). 1.2. Training: Train USCG C2CEN SMEF Desk Personnel on any changes made to the system due to this upgrade. 1.3. Testing: Test any and all business rules, backup procedures, and e-mail alerts to ensure they are working. MILITARY REGULATIONS: The Contractor, his employees and sub-Contractors shall become familiar with and obey all station regulations. All personnel employed on the project shall stay within the limits of the work areas, and shall not enter any other areas outside the site of work site unless required to do so in the performance of their duties. The Government may, at its sole discretion, direct the Contractor to remove any employee from the installation for misconduct or security reasons. Such removal does not relieve the Contractor for the responsibly to provide sufficient qualified personnel for adequate and timely services. The Contractor’s equipment shall be conspicuously marked for identification. There shall be no smoking in any Coast Guard building. SECURITY CLEARANCES: No special clearances are required to perform the work under this scope. However upon request, Contractor shall submit a list to the COTR showing the names, clearances, citizenship and address of each employee assigned to this project. WORK HOURS: The Contractor shall perform the on site work during the normal operational hours of 8:00 am to 4:00 pm Monday through Friday except Federal Holidays. Any deviation from normal hours must be approved 24 hours in advance by the COTR. PERIOD OF PERFORMANCE: All work shall be completed with five days notice to proceed. ACCEPTANCE OF WORK: Prior to acceptance of work by the Coast guard, the Contractor shall arrange through the COTR a finial inspection of the work site to ensure compliance with all contract requirements and to identify necessary corrective work. END OF SOW Government and Education Partners Partner Name Federal State, Local & Education Advantis Management Solutions, Inc. Marc Jarjour Ph: 617-233-4986 Apptis, Inc. Scott Sanner Ph: 240-487-1404 ASAP/Dell Jennifer Meyers Ph: 224-543-5677 AttivaSoft (formerly Rigid) Randall McKnight Ph: 703-407-1216 Greg Nishihira Ph: 925-876-2081 Carahsoft Technology Craig Abod Ph: 703-817-8000 Change Formation (LTD) David Tammen Ph: 770-554-4301 Column Technologies, Inc. Ted Engel Ph: 630-515-6631 CompuCom Systems, Inc. Tracey Shanmugam Ph: 780-968-6821 Consonus Technologies (formerly Strategic Technologies, Inc.) Roger East Dell (Ingram Micro) Hugo Orozco Ph: 714-382-2939 Enterprise Management Solutions, Inc. Jeff McKinley Ph: 727-447-3330 Floyd Thomas, LLC Jenifer Floyd Ph: 512-345-7996 Information Management Resources, Inc. Janet Miller Ph: 949-215-8899 Interwest Technologies Steve Martin Ph: 310-546-9550 Merlin International, Inc. Kevin Shaffer Ph: 316-200-3966 Nashco Consulting Limited Brian Stainsby Ph: 250-469-9299 Progressive Security Technologies Paul Cobb Ph: 214-706-3550 QMX Support Services, Inc. Mike Gauche Ph: 703-549-3690 Rapid Technologies, Inc. Bill Mell Ph: 303-948-1014x115 Raymarc Solutions Provider Bill Douchette Ph: 727-834-9930 RightStar Systems, Inc. Dick Stark Ph: 703-242-7598 Seamless Technologies, Inc. Kevin Johnson Ph: 973-326-8900 x2012 Software House International Katie O'Kane Ph: 732-764-8888 Synergy ITSM, Inc. Cristy Castano Ph: 678-388-9391 x702 Turing SMI Phil Brooks Ph: 917-219-4672 WesternBlue Brian Gai Ph: 916-366-0805 Contact BMC | Legal | Press and Analysts | Investors | Careers | Subscriptions | Events © Copyright 2005-2009 BMC Software, Inc. Use of this site signifies your acceptance of BMC's Terms of Use and Privacy Policy. BMC, BMC Software, the BMC logos, and other BMC marks are trademarks or registered trademarks of BMC Software, Inc. in the U.S. and/or certain other countries. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-09-Q-TED630/listing.html)
- Record
- SN01816016-F 20090515/090513233041 (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 |