Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

70 -- BMC Remedy Licenses and Support

Notice Date
9/10/2010
 
Notice Type
Presolicitation
 
Contracting Office
1701 N. Ft. Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1019032075
 
Response Due
9/15/2010
 
Archive Date
3/14/2011
 
Point of Contact
Name: Amanda Rogers, Title: Contract Specialist, Phone: 703-875-5481, Fax:
 
E-Mail Address
rogersan@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019032075. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 178491. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at http://www.sewp.nasa.gov. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-15 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Rosslyn, VA 22209 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Column Case Management HR Core Licensep/n: COL-CASE-HR, 1, EA; LI 002, Column Case Management HR End User License - Developmentp/n: COL-COM-LIC-FI DEV, 10, EA; LI 003, Column Case Management HR Floating User Licensep/n: COL-COM-LIC-FLO, 33, EA; LI 004, Column Case Management HR Fixed User Licensep/n: COL-COM-LIC-FI, 15, EA; LI 005, Column Case Management Data Visualization Think Mapsp/n: COL-DATAVIS-PRT, 1, EA; LI 006, Column Annual Support - Government Tier p/n: COL-SUPP, 1, YR; LI 007, BMC Remedy IT Service Management Suitep/n: LPU93SMSU93, 1, EA; LI 008, BMC Remedy Service Desk - Floating User Add-On Licp/n: LAW41SMSW41, 355, EA; LI 009, BMC Remedy Service Desk- User Add-on Licensep/n: LAV34SMSV34, 206, EA; LI 010, BMC Remedy Service Management Specialist - Floating User Add-On Licensep/n: LAX72BMSX723, 355, EA; LI 011, BMC Service Management Specialist - User Add-on Licensep/n: LAX71BMSX712, 206, EA; LI 012, BMC Knowledge Management Specialist - Floating User Add-on Licensep/n: LAX74BMSX743, 355, EA; LI 013, BMC Remedy Knowledge Management Specialist- User Add-on Licensep/n: LAX73BMSX732, 206, EA; LI 014, BMC Atrium Service Level Management - Floating User Add-on Licensep/n: LAW43SMSW43, 10, EA; LI 015, BMC Atrium Service Level Management Floating User Add-on Licensep/n: LAV36SMSV36, 5, EA; LI 016, BMC Atrium Remedy Asset Configuration Management - User Add-on Licensep/n: LAV32SMSV32, 15, EA; LI 017, BMC Remedy Asset Configuration Management - Floating User Add-on Licensep/n: LAW40SMSW40, 40, EA; LI 018, BMC Remedy Change Management - Floating User Add-on Licensep/n: LAW42SMSW42, 105, EA; LI 019, BMC Remedy Change Management - User Add-on Licensep/n: LAV33SMSV33, 30, EA; LI 020, BMC Atrium Dashboards & Analytics - Floating User Add-on Licensep/n: LAW38SMSW38, 20, EA; LI 021, BMC Remedy Self-service - Floating User Add-on License, 25-Pack Lsnp/n: LAW37BMSW37, 13, EA; LI 022, BMC Discovery Solutionp/n: LPV31BMSV312, 50, EA; LI 023, BMC BladeLogic Server Automation Suitep/n: LPV95BMSV95, 50, EA; LI 024, BMC BladeLogic Decision Support for Server Automationp/n: LPW57BMSW57, 1, EA; LI 025, BMC ProactiveNet Performance Management - Base Licensep/n: LPX27BMSX27, 1, EA; LI 026, BMC ProactiveNet Performance Managementp/n: LAY87BMSY87, 15, EA; LI 027, BMC Continuous Support, 1, YR; LI 028, OPTION YEAR 1: Column Annual Support - Government Tier p/n: COL-SUPP, 1, YR; LI 029, OPTION YEAR 1: BMC Continuous Support, 1, YR; LI 030, OPTION YEAR 2: Column Annual Support - Government Tier p/n: COL-SUPP, 1, YR; LI 031, OPTION YEAR 2: BMC Continuous Support, 1, YR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Bid MUST be good for 30 calendar days after close of Buy. No exceptions or qualifications. No partial shipments are permitted unless specifically authorized at the time of award. 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 buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. (a) The Department of State's Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1680, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 603, SA-6, Washington, DC 20522-0602. (b) The Department of State's Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the contracting activity ombudsman, Lisa Million, at 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1680, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 603, SA-6, Washington, DC 20522-0602 DOSAR 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) is hereby incorporated by reference. Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):FAR: http://arnet.gov/far DOSAR: http://statebuy.state.gov/dosar (a) The Government may extend the term of this contract by written notice to the Contractor within12 months; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years (see line items 028-031).(End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019032075/listing.html)
 
Place of Performance
Address: Rosslyn, VA 22209
Zip Code: 22209
 
Record
SN02276613-W 20100912/100910235917-1143cb2730d0c6f18989890a250db8c9 (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.