SOLICITATION NOTICE
70 -- HCAA-N has a need for one (1) Google Search Appliance, Product Number GB-7007500KDNDIS (Brand Name).
- Notice Date
- 6/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-RKB-11-G1001
- Response Due
- 7/5/2011
- Archive Date
- 9/3/2011
- Point of Contact
- Keith Batchelor, 301-619-8927
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Contracting Office Address Healthcare Acquisition Activity North (HCAA-N) 693 Neiman Street Fort Detrick, MD 21702-9203 Description 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-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430, with a small business size standard of 100 employees. HCAA-N has a need for one (1) Google Search Appliance, Product Number GB-7007500KDNDIS (Brand Name). STATEMENT OF WORK/NEED: Title: Google Search Appliance, Product Number GB-7007500KDNDIS. Requiring Activity Name: 1.0SCOPE This requirement provides for the purchase of a Google Search Appliance, Product Number GB-7007500KDNDIS. 1.0.1Background This requirement shall allow us to continue to extend the power of Google by maintaining our connection between our organization's website users and the information they need to make better decisions - quickly and easily. The model requested (GB-7007500KDNDIS) is the same model that we currently have; these are two year appliances and our current one is scheduled to be deactivated on September 30, 2011. The new appliance shall be capable of indexing/supporting up to 500,000 documents and come with two (2) years of email and online support such as support.google.com. Our software development team spent three (3) weeks working with the AFMOA Systems Engineer and several days with the Google Systems Engineer to install and integrate a GSA (Google Search Appliance) on the AFMOA website, which equates to nearly $15-20k in this project. This entailed making numerous changes to our website security routines, and setting up and tailoring permissions specifically to the GSA. A thorough analysis was also conducted to integrate the GSA search dialog and results into the IFRAME architecture of our site. The Google Search Appliance integrates seamlessly with our existing security and access control systems to provide document-level security. Users will only see search results if they have access to the source content, ensuring our organization's information is always safe and secure. Google Search Appliance supports numerous authentication and single sign on mechanisms, including LDAP, HTTP Basic and NTLM authentication, PKI authentication with X.509 certificates, Kerberos, and Windows Integrated Authentication. The product simplifies the administration of search through an intuitive web-based control console. The integrated hardware and software allows the administrator to adjust the relevancy rankings and spell check terms. The Appliance should retrieve the most common kinds of information, including Microsoft Office documents, ColdFusion documents, PDF, PostScript, and dozens of other file types. It should also be capable of searching content management systems, SSL-protected servers, and proxy servers. 1.0.2Objectives The AFMOA, Medical Logistics Division, has a need for one (1) Search Appliance, Product Number GB-7007500KDNDIS. 2.0Products and Maintenance Services The contractor shall provide products as configured below with associated maintenance services. This requirement has been reviewed and contains no services that are inherently Governmental functions. All services are strictly non-personal in nature. All equipment is required to be new equipment. The products are: 2.1. Hardware Item 1: Google Search Appliance, Product Number GB-7007500KDNDIS. Brief description: The contractor shall provide 1 (one) Search Appliance, Product Number GB-7007500KDNDIS Delivery of item identified above shall be made to the following location: AFMOA/SGAL c/o Wayne A. Main 693 Neiman Street Fort Detrick, MD 21702 Delivery is required by: 30 days after date of contract. 3.0Installation and additional services 3.1Installation Not applicable for this task. 4.0INSPECTION AND ACCEPTANCE The Delivery POC is responsible for inspection and acceptance of all items, incoming shipments, documents, and services. 4.1Acceptance Criteria Certification by the Government of satisfactory goods or services provided is contingent upon the Contractor performing in accordance with the terms and conditions of the referenced agreement, this order, and all amendments. DFARS 252.246-7000, Material Inspection and Receiving Report 4.2Invoice Review The Delivery POC may reject or require correction of any deficiencies found in the invoice or receiving report. In the event of a rejected invoice or receiving report, the Contractor must be notified in writing by the Delivery POC of the specific reasons for rejection. 5.0DELIVERABLES 5.1Delivery Address All items shall be delivered to the addresses indicated in paragraph 2.1. 5.2Shipping The Contractor shall make use of commercial best practices in the packing and shipment of packages, unless otherwise stated in this order. Offers may be submitted on the basis of either or both f.o.b. origin and f.o.b. destination and they will be evaluated on the basis of the lowest overall cost to the Government. 6.0CONTRACT ADMINISTRATION DATA 6.1Contact Information for Key Personnel Technical Point of Contact The Technical Point of Contact for this order is listed below: 6.2Contract Type for this Order The Government anticipates that this task will result in firm fixed price order. 7.0OTHER TERMS, CONDITIONS, AND PROVISIONS 7.1Information Assurance Not applicable for this task. 7.2Enterprise Architecture (EA) Not applicable for this task. 7.3Performance Evaluation Not applicable for this task. 7.4 Section 508 Requirement The Contractor shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d). Specifically, the procurement, development, maintenance, or integration of electronic and information technology (EIT) under this contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at CFR part 1194. 7.5Brand Name or Equal Not applicable for this task. 7.6Other Special Considerations 8.0APPLICABLE DOCUMENTS AND DEFINITIONS 8.1Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this order: Not applicable for this task. 8.2Reference Documents The following documents may be helpful to the Contractor in performing the work described in this document: Not applicable for this task. All interested companies shall provide a quotation for the following line items: Supplies/Equipment UnitTotal Line ItemDescriptionQuantityU/PTotal 0001Google Search Appliance (Brand Name)1 XXXX Award shall be made to the offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) quote. Technical acceptability means that the quote meets all of the stated minimum specifications. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. The Government will evaluate information based on the following evaluation criteria: (1) Technical Capability factor "meeting or exceeding the requirement, (2) price. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications. Inspection and Acceptance Criteria: 1.Visual and physical check at AFMOA/SGALW or adherence to requested specifications. 2.Performance check at AFMOA/SGALW or adherence to performance specifications. Price: Quoted price will be evaluated for reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. PROVISIONS AND CLAUSES: The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 1.52.212-4 Contract Terms and Conditions --Commercial Items (JUN 2010) 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010) (DEVIATION) Commercial Items including subparagraphs: a.52.219-28 Post Award Small Business Program Rerepresentation b.52.222-3 Convict Labor c.52.222-19 Child Labor - Cooperation With Authorities And Remedies d.52.222-21 Prohibition of Segregated Facilities e.52.222-26 Equal Opportunity f.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g.52.222-36 Affirmative Action for Workers with Disabilities h.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans i.52.225-1 Buy American Act j.52.225-13 Restriction on Certain Foreign Purchases, and k.52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Quote Instructions: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) Country of Origin information for each line item. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. Offers will be reviewed exclusively based upon information submitted. If the information submitted does not address all the technical characteristics for the motorized transport solution, the offer will be rejected. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. Due to the difficulties in receipt of mail through normal postal services, it is required that proposals be sent via E-mail to the POC for this requirement, at keith.batchelor@us.army.mil the Offeror is responsible for ensuring receipt by the POC. Proposals are due no later than the 05 July 2011 at 1400 EST. Proposals will not be accepted after this date and time. SPECIAL NOTES: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number and Taxpayer Identification Number with their quotation. Registrations in CCR and ORCA are not required for submission of quotation but are required for award. Vendor will have five days to complete all registrations following notification of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-G1001/listing.html)
- Place of Performance
- Address: AFMOA/SGAL 693 Neiman Street Fort Detrick MD
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN02482904-W 20110629/110627234517-7f4f67e3ddb01338ce2e5280c8957dee (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 |