Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SOLICITATION NOTICE

70 -- RECOVERY - BIE VMware Virtulization Software - Brand Name Only

Notice Date
6/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
 
ZIP Code
37214
 
Solicitation Number
RA001510049
 
Response Due
6/16/2010
 
Archive Date
6/7/2011
 
Point of Contact
Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. RA001510049 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-34.This acquisition is a 100% set aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. In the event that there are no small business who can provide this software, then the government reserved the right to award to large businesses. BRAND NAME JUSTIFICATION: VMware is identified as a virtualization software brand identified in the Department of Interior's Technical Reference Model. The Department of Interior's Enterprise Architecture team has spent significant time evaluating competing products, and they have designated VMware as one of the virtualization software to be used by all DOI bureaus. Training on VMware has been provided or is planned throughout the DOI, and DOI bureaus have started integrating it within their network and server environments. If another competing brand were used, the Bureau of Indian Education would not be in compliance with the DOI standard. Moreover, if another brand were used, significant effort would need to be expended to train technicians on new virtualization software and redesign and procure millions of dollars of hardware to support a different method of virtualization. Hardware has been procured or is in the procurement process that supports the VMware architecture. THIS ACQUISITION IS FUNDED WITH AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 FUNDS. SUCCESSFUL OFFEROR WILL BE REQUIRED TO REPORT AWARD AND RECEIPT OF FUNDS IN ACCORDANCE WITH FAR CLAUSE 52.204-11 - AMERICAN RECOVERY AND REINVESTMENT ACT-REPORTING REQUIREMENTS. QUOTE: The Bureau of Indian Affairs is requesting quotes by close of business, Wednesday, June 16, 2010, for the following VMware brand name ONLY products (no equal will be accepted):. Below is the line item listing. They are the actual Server Software and support for first year, and Management Software and first year support. Products are to be utilized for education and offerors should quote their education prices PRODUCT Unit Cost Qty Total0001 VMware VSphere 4, 1 socket License $ 32 $ 0002 VMware VSphere 4 Enterprise Gold Support, 1 year, 1 socket support $ 32 $ 0003 VMware vCenter Server 4 Standard for vSphere License $ 1 $ 0004 VMware vCenter Server 4 Standard for vSphere Gold Support $ 1 $ TOTAL $_____________Quote shall be priced exactly as specified above and include a unit price for each contract line item Xs quantity for a total extended price for each item and a GRAND TOTAL. Contractors' quote shall be accompanied with contractor's DUNs number, proof of contractor's registration in www.ccr.gov AND www.federalreporting.gov, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, to the Bureau of Indian Affairs, Eastern Region Office, Division of Acquisition, Attention: Ken Lloyd, 545 Marriot Dr., Ste. 700, Nashville TN 37214 or by email to susan.sutton@bia.gov by close of business, Wednesday, 16 June 2010, Facsimile quotes will not be accepted. Any further questions regarding this announcement may be directed to Susan Sutton at (615) 564-6752. DELIVERY: FOB Destination shall to FMCC Warehouse, 1600 12th Street, N.W., Albuquerque NM 87102. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the authorized government representative, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery must be made within 20 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. AWARD: Quotes will be evaluated and the Government will award a Firm Fixed Price commercial purchase or delivery order resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price and has demonstrated compliance with the stated requirements and can meet the stated delivery requirements. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements, 52.215-2 Audit and Records - Negotiation with Alternate I, 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 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, paragraph (a) and the following clauses in paragraph (b): 52:222-3, 52:222-19, 52:222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52:222-50, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001510049/listing.html)
 
Place of Performance
Address: Delivery to FMCC Warehouse1600 12th Street, NWAlbuquerque NM 87102
Zip Code: 87102
 
Record
SN02170337-W 20100609/100607234949-d00286e0cca672259a1df606f51ebefa (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.