SOLICITATION NOTICE
70 -- Automated Data Processing Support
- Notice Date
- 9/2/2009
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017809R2014
- Response Due
- 9/10/2009
- Archive Date
- 9/30/2009
- Point of Contact
- Roberta Sanford 540-653-4206 Roberta Sanford,Voice: 540-653-4206,Fax: 540-653-4089
- Small Business Set-Aside
- N/A
- Description
- This synopsis is posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Description. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N00178-09-R-2014, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009 and Defense Acquisition Circular DCN 20090825, effective 27 August 2009. NAICS Code 511210 applies and the size standard is 1,000 employees. The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis software maintenance renewal provided by EMC Corporation located at 2841 Mission College Blvd, Santa Clara, CA 95054. The purchase will be awarded on a Firm Fixed Price basis and will serve to acquire the following software maintenance: CLIN 0001 with a one lot quantity to include the following: Qty 10 of Networker Dynamic Drive Sharing Option from Oct. 08, 2007 until Dec. 31, 2009, Qty 5 Networker Client Connections from Aug. 25, 2001 until Dec. 31, 2009, Qty 200 Networker Client Connections from May 22, 2007 until Dec. 31, 2009, Qty 25 Networker Client Connections from Oct. 1, 2006 until Dec. 31, 2009, Qty 9 ea. Networker Power ED DED STG Node for UNIX V7 from Oct. 8, 2007 until Dec. 31, 2009, Qty 3 Networker Network ED Storage Node UNIX from May 22, 2007 until Dec. 31, 2009, Qty 2 Networker Autochanger Software MOD 1-128 Slots from May 22, 2007 until Dec. 31, 2009, Qty 2 Networker Autochanger software MOD 1-128 Slots from Aug. 25, 2001 until Dec. 31, 2009, Qty 4 Networker Autochanger Software MOD Unlimited Slots from May 22, 2007 until Dec. 31, 2009, Qty 7 Networker Power ED DED STG Node for WIN V7 FROM Oct. 8, 2007 until Dec. 31, 2009, Qty 1 Networker Server Network Edition UNIX from May 22, 2007 until Dec. 31, 2009, Qty 1 Networker Autochanger Software MOD Unlimited Slots from Oct. 18, 2007 until Dec. 31, 2009, Qty 2 Networker NDMP Client Connection-Tier 3 from Aug. 3, 2007 until Dec. 31, 2009. From award on Maintenance support shall include 24/7 Tech Support to include updates, upgrades, enhancements, and bug fixes and patches with access to EMC Powerlink. Offers will be accepted from EMC Corporation or a certified EMC reseller that meets Government requirements for being a responsible contractor. EMC is the design agent of Networker software. All licenses are embedded in the parent application Networker. EMC Networker is the only backup application which supports multiple operating systems. Hundreds of thousands of dollars have been invested in the current operating system. Continuation of the use of the EMC licenses avoids substantial transition costs for the government and significant delays in operations. Clauses and Provisions The Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. This solicitation incorporates, by reference, the following FAR and DFARS provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial items. Factors used to evaluate the offers are: (1) EMC product provided by EMC or one of its authorized resellers (2) price. Award will be made on a competitive basis to EMC or an authorized reseller. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (AUG 2009)(DEVIATION), FAR 52.203-6 Restrictions on Subcontractors Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Di! sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.223-15 Energy Efficiency in Energy-Consuming Products, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items subparagraphs a)(52.203-3), (b)(252.203-7000),(b)(252.225-7001),(b)252.225-7008 Restriction on Acquisition of Specialty Metals (b), 252.227-7015 Technical Date--Commercial Items, 252.232-7003),(b)(252.243-7002),(b)(252.247-7023),(b)(252.247-7024); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. AWARD: All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, DFAR 252.204-7004 Alternate A, Central Contractor Registration, and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The offeror shall convey all standard manufacturer commercial warranties to the buyer. The Government will consider offers from resellers assessed to be responsible sources, which clearly evidence capability to provide the required equipment within the required delivery schedule. Delivery of the product is required immediately upon issuance of contract. Proposals based upon FOB destination, complete with estimated delivery dates, warranty information, and authorized reseller certification must be submitted via email to roberta.a.sanford@navy.mil or fax to 540-653-4089 and must reference Solicitation Number N00178-09-R-2014. Closing time and date is noon on 10 September 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R2014/listing.html)
- Record
- SN01937861-W 20090904/090903001032-4bc194287644c063b56bf2206c9cdd23 (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 |