SOLICITATION NOTICE
D -- Sniffer Hardware & Software Maintenance - CLINs, SOW, BOM
- Notice Date
- 3/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-11-Q-0087
- Archive Date
- 6/20/2011
- Point of Contact
- Tracy A Birch, Phone: 717-770-6613, JONI L. STEPHENS, Phone: 717-770-5912
- E-Mail Address
-
tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL
(tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 Statement of Work (SOW) and Attachment (A) Bill of Material (BOM) Schedule of Supplies/Services for CLIN Identification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Part 13, Simplified Acquisition Procedures, 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. This solicitation is issued as a Request for Quote (RFQ), Solicitation Number SP3300-11-Q-0087. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-48 effective 31 January 2011, the Defense Federal Acquisition Regulation Supplement (DFARs) DPN 201103111 edition effective 11 March 2011, and the Defense Logistics Agency Directive (DLAD) current to Revision 5 and PROCLT 2010-40. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ This acquisition unrestricted among certified resellers of NetScout. The associated NAICS code is 541519, and the associated small business size standard is $25,000,000.00. DLA Distribution has a requirement for maintenance on Sniffer hardware and software in use at various DLA Distribution depots. Hardware Maintenance Level Requested: Next Business Day Hardware Support Software Maintenance Level Requested: Software Core Support See the attached schedule of supplies/services for Contract Line Item Number (CLIN) identification. Part Numbers shown in the schedule of supplies/services are NetScout Part Numbers. BRAND NAME JUSTIFICATION This requirement includes with the solicitation the enclosed brand name justification in accordance with FAR 6.302-1(c): Restriction of sources for this acquisition is justified in accordance with 10 U.S.C. 2304(c)(1) as NetScout, who acquired Network General in November 2007, is the sole manufacturer of this equipment and the sole certifier, trainer of authorized providers of the required hardware and software maintenance for DLA Distribution's existing system. Software applications are protected under the copyright laws. Sniffer equipment is required to expand the current data management functions and there is no other equipment on the market providing the capabilities required by DLA Distribution. NetScout has authorized and trained a limited number of resellers who can provide the requested hardware and software maintenance. The required maintenance is available only among the limited sources certified by NetScout. The Government intends to award a Firm-Fixed Price purchase order resulting from this notice. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS BY GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD FOR PAYMENT? YES _____ NO______ NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The following provisions and clauses are applicable to this acquisition. The applicable clauses will be incorporated into the contract award document: FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERICAL ITEMS (JUN 2008). Addenda to 52.212-1: the following paragraphs are hereby deleted from this provision: paragraphs (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (MAR 2011); FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUNE 2010). Addenda to FAR 52.212-4: The following clauses apply: FAR 52.247-34, FOB Destination (NOV 1991). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (MAR 2011) to include FAR 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33, 52.232-36, 52.239-1, and 52.247-64; DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005); DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2011) to include DFARS 252.203-7000 and 252.247-7023ALT III; DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999); DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR)(JUN 2001); DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM)(FEB 2007). Additional required clauses other than those listed above may be included as Addenda on the award document. OFFEROR SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Unit Price and extended prices for all CLIN(S). (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily performed maintenance on the same or similar hardware and software commercially or for the Government within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). (7) Documentation that demonstrates that the offeror is a certified NetScout reseller/distributor. 2. Contractors are required to include a copy of the FAR Provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR Provision 252.212-7000-Offeror Representation and Certification-Commercial Items with its quote or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 EVALUATION OF QUOTATIONS OR OFFERS: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order as a result of this Request for Quote (RFQ). Award will be based on the total overall lowest price quoted which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: Verification that the offeror is a NetScout Authorized reseller/distributor and submittal by the offerors of past performance information from three (3) sources that clearly indicate they have satisfactorily performed maintenance services on the same or similar hardware and software commercially or for the Government within the past three (3) years. This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of hardware/software maintenance performed The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. The Contracting Officer may contact NetScout for assistance in verifying that the apparently successful offeror is a NetScout Authorized reseller/distributor. If the Contracting Officer is unable to verify that the apparently successful offeror is a NetScout authorized reseller/distributor, the offeror will be ineligible for award. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-11-Q-0087. Offerors responding to this announcement shall submit their quotations to Tracy Birch to the above email address or faxed to (717)770-7591. All quotes must be received NLT 12:00pm eastern time on 20 April 2011. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0087/listing.html)
- Place of Performance
- Address: DLA Distribution Information Operations sited at New Cumberland, PA, New Cumberland, Pennsylvania, 17070-5000, United States
- Zip Code: 17070-5000
- Zip Code: 17070-5000
- Record
- SN02405241-W 20110323/110321234143-a396819cd40c032b07bd98ffdef490da (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 |