Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
MODIFICATION

D -- Gemstone Gemfire Software and License Agreement

Notice Date
1/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
 
ZIP Code
22204-4502
 
Solicitation Number
DCCMC09125
 
Point of Contact
Michael Warwick, Phone: 7036810291
 
E-Mail Address
Michael.Warwick@disa.mil
(Michael.Warwick@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Price Quotes: Price Quotes are needed for Gemstone GemFire Enterprise Java Server and Client software licenses. This purchase includes a Gemstone License grant for 53 monitored server sites and their supported clients with an estimated 10K+ users. This grant would provide unlimited program usage of the Gemstone software instead of usage limited to the specific individual number of purchased licenses. The details of the unlimited usage grant are included in the attached license addendum entitled, "DISA SLA Addendum 122209.doc". The attached file entitled, "Gemstone License Agreement" provide details of the core license agreement. The attached file entitled, "24x7 Support.pdf" provide details of the 24x7 maintenance agreement. Requirements List: # Description 1 Gemstone GemFire Enterprise Java Server and Client software licenses See applicable agreements on software license and unlimited usage license grant 2 Gemstone GemFire Enterprise Java Server and Client maintenance -Year 1 See description of 24x7 maintenance 3 OPTIONAL Gemstone GemFire Enterprise Java Server and Client maintenance -Year 2 See description of 24x7 maintenance - This is a Government Optional Purchase Price. Gemstone GemFire Enterprise Java Server and Client software licenses A justification for specific make and model is attached for reference. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DCCMC90125 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, and Defense Federal Acquisition Regulation Supplement (DFARS) Document Change Notice (DCN) current to 20090825. The following Federal Acquisition Regulation (FAR) and DOD FAR Supplement (DFARS) provisions apply: 52.202-1 Definitions, 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions On Subcontractor Sales To The Government, 52.203-7 Anti-Kickback Procedures, 52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI), 52.212-1 Instructions To Offerors--Commercial Items, 52.212-3 Offeror Representations And Certification--Commercial Items, 52.222-3 Convict Labor, 52.232-1 Payments, 52.232-17 Interest, 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration, 52.233-1 Disputes 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach Of Contract Claim, 52.243-1 Changes--Fixed Price, 52.247-34 F.O.B. Destination, 52.252-6 Authorized Deviations In Clauses, 252.212-7000 Offeror Representations And Certifications- Commercial Items, 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports, 52.204-9000 Points Of Contact, 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-And-Materials, Or Labor-Hours, 52.212-4 Contract Terms And Conditions-- Commercial Items, 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, 52.232-9000 Wide Area Workflow-Receipt And Acceptance (WAWF-RA), 52.239.9001. Data Information Assurance Protection, 52.252-2 Clauses Incorporated By Reference, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. Offerors must be registered in Central Contractor Registration (CCR). Offerors shall include in their quote the CAGE code, DUNS number, and tax identification number (TIN) of their organization. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 511210 with an associated small business size standard of $25M. This requirement is 100% set-aside for Small Businesses. New equipment/products ONLY, NO remanufactured products, and no "grey market". Offerors must be authorized resellers/OEM suppliers. This acquisition is firm-fixed-price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. The Defense Information Systems Agency (DISA) requires the following items, EXACT MATCH only: ** See above requirements list ** If an item in the purchase request has been discontinued or is unclear, offerors may electronically contact Michael Warwick at Michael.Warwick@disa.mil. Quotes are due no later than 11:00 A.M., Thursday, February 6, 2010 EST. Responses/offers shall be submitted electronically to Michael.Warwick@disa.mil. Quotes must be valid for thirty (30) days after due date. The vendor shall deliver any product software, patches, or updates electronically or to the following location during the period of performance for contract award: DISA/CC33 GCCS-J MSgt Jeffrey Hiatt (703-882-1264) 5275 Leesburg Pike Falls Church VA 22041-3803 JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION SPECIFIC MAKE AND MODEL Description of Supplies/Services: The purchase of Gemstone GemFire software is needed to support of the development, testing, and fielding of the Global Command and Control System-Joint baseline of systems and it's operational capability. The GCCS-J Program Management Office (PMO) requests the purchase of a Gemstone License grant for 53 monitored server sites and their supported clients with an estimated 10K+ users. •· This grant would provide unlimited program usage of the Gemstone software instead of usage limited to the specific individual number of purchased licenses. •· This unlimited program usage grant would include the Global suite of applications to include: 1. Global-J Applications including situational awareness, track data management, alerting and force protection capabilities, as currently provided by TMS, CST, GFAI and Agile Client 2. The Joint Operation Planning and Execution System ("JOPES"), APEX 3. Status of Resources and Training System ("SORTS") 4. Joint C2 COP initiatives Demonstration of Contractor's Unique Qualifications: The Gemstone GemFire product is the only caching product that can provide the needed support. Gemstone is the Original Equipment Manufacturer (OEM) and is the only qualified and authorized entity to provide software for the Gemstone GemFire product through it's sales office or via their authorized resellers. This software is proprietary and the Gemstone manufacturer is the only source (brand name) able to support the product. This product can be purchased through Gemstone or it's authorized resellers. DISA, under Joint Staff tasking, is responsible for the architectural design and implementation of GCCS-J capabilities, of which Gemstone GemFire is an integral tool used in the operation of those capabilities. Gemstone GemFire Server and Client software is required to support GCCS-J requirements for Agile Client caching in order to meet system key performance parameters for this capability. The GemFire product is the only caching product that can provide the needed support for slow receivers, reliability roles, native standards based and ad-hoc query, ad-hoc continuous query, and multiple server/multiple location redundancies for disconnected operations while integrating with the existing GCCS-J system and software baseline. Any Other Supporting Facts: GCCS-J has made a substantial investment in deploying, testing, and using the Gemstone GemFire software. This software serves as an integral component of the GCCS-J operational system. Several applications and customer groups use this product in some way, shape, or form. This software has already been incorporated into a number of operational baselines. To replace GemFire would be cost prohibited. Abandoning GemFire would significantly increase the cost and time it would take to convert to a new software. Selecting alternative software products would require the GCCS-J program to incur a minimum of 12 months of development effort and an estimated additional program cost of at least $1.2M (excluding new COTS licensing costs) to develop, integrate, test, secure, and maintain a replacement for this COTS software currently integrated in the GCCS-J baseline. The purchase of an unlimited program usage license for this product ensures the viability and support of fully fielding this capability to all GCCS-J users at a much lower cost than purchasing an additional limited number of licenses to support user requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DCCMC09125/listing.html)
 
Place of Performance
Address: Requiring agency:, Defense Information Systems Agency, PEO C2C GCCS-J (CC3), Program Management Office (PMO), Falls Church, Virginia, 22041, United States
Zip Code: 22041
 
Record
SN02052948-W 20100131/100129235043-9f55063d5aea258f85681113bab4e01e (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.