SOLICITATION NOTICE
70 -- Quest Active Roles Server (ARS) Annual Software Maintenance Renewal - Brand Name Justification
- Notice Date
- 5/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Pension Benefit Guaranty Corporation, Chief Management Officer, Procurement Department, Suite 1090, 1200 K Street, N.W., Washington, District of Columbia, 20005-4026
- ZIP Code
- 20005-4026
- Solicitation Number
- PBGC01-RQ-12-PP03
- Point of Contact
- Patricia Page, Phone: 2023264000
- E-Mail Address
-
page.patricia@pbgc.gov
(page.patricia@pbgc.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justificaiton (Redacted) This solicitation is for Quest Active Roles Server (ARS) Software Maintenance Support renewal in support of the Pension Benefit Guaranty Corporation's Office of Information Technology Department in Washington, DC. This requirement is unrestricted and only qualified Quest Authorized Resellers/ Partners will be considered. Only specified brand specific hardware is acceptable. Delivery is to the Pension Benefit Guaranty Corporation 1200 K Street NW, Washington,DC 20005. This acquisition is being issued in accordance with FAR Part 12 and Subpart 13.5. 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; firm fixed price (FFP) quotes are being requested and a written solicitation will not be issued. The solicitation number is PBGC01-RQ-12-PP03, which is a Request for Quotation (RFQ). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, Other Computer Related Services with a small business size standard of $25.5M. Offer must be valid 30 days after closing date of the solicitation. The government intends to solicit quotes and award a contract to a Quest authorized reseller only. Certificate authorizing reselling authority must accompany quote. Only those quotes meeting the following criteria will be considered; All or nothing, New condition only, absolutely no refurbished or used parts, no part number substitutions, authorized Quest reseller and current Central Contractor Registration. The offeror must provide and specify within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award based on offer. Delivery is to the Pension Benefit Guaranty Corporation, 1200 K Street, NW, Washington DC 20005. Inspection and acceptance are Government location, FOB Destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the lowest priced technically acceptable offer. Technical acceptability will be based on the qualified reseller's ability to provide the following required items within specified delivery date: CLIN 0001 QUEST ACTIVE ROLES SERVER PER ENABLED USER ACCT LICENSE/MAINT; Part #:9923-10778; Qty = 3400 (1 year term license) CLIN 0002 Quest Recovery Manager for AD ; Part #:9923-12850; QTY = 3000 Period of Performance: August 05, 2012 - August 04, 2013 The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or have a current entry within ORCA; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far. LOCAL PBGC Clauses: PBGC-04-004 PBGC INFORMATION SECURITY (DEC 2009) The provider of information technology shall adhere to: 1) Federal statutes, 2) Office of Management and Budget (OMB) guidance, 3) National Institute of Standards and Technology Federal Information Processing Standards and PBGC implementation of Security Guidelines (800 Series), (See 5a -- IM 05-2 below.) 4) Federal Information Systems Controls and Audit Manual (FISCAM), and 5)PBGC Orders relating to information security including: a) IM 05-2 Information Technology Security Policies, http://www.pbgc.gov/docs/im_05_2.pdf b) IM 05-7 Information Technology Solutions Life Cycle Methodology (ITSLCM), http://www.pbgc.gov/docs/im_05_7.pdf and c) IM 05-4 Use of Information Technology Resources. http://www.pbgc.gov/docs/Im_05_4.pdf The provider of information technology shall comply with PBGCs implementation of the following control frameworks including the: Capability Maturity Model - Integrated (CMMI), Control Objectives for Information and Related Technologies (COBIT), and Information Technology Infrastructure Library (ITIL); and In addition, the provider of information technology shall certify the following: Applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). Once PBGC approves for implementation, this also includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). a)For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html, and b)for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. The standard installation, operation, maintenance, updates, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (End of Clause) PBGC-04-006 COMMON SECURITY CONFIGURATIONS FOR INFORMATION TECHNOLOGY ACQUISITION (NOV 2009) In acquiring Information Technology (IT) assets for the Government, the Contractor shall incorporate and comply with the latest version of all applicable information technology security policies and requirements, including, but not limited to, those published by PBGC, and the common security configurations defined by the National Institute of Standards and Technology [NIST] at http://web.nvd.nist.gov/view/ncp/repository and http://checklist.nist.gov which are generally for desktop operating systems (Windows XP or VISTA). When incorporating such security configuration requirements in contracts, the contractor can consult with the Contracting Officer's Technical Representative to determine the appropriate configuration reference for a particular system or services acquisition. The Contractor shall ensure all its subcontractors which perform work under this contract comply with the above requirements PBGC-32-004 SUBMISSION OF INVOICES (SAP) (JAN 2012) The Contractor shall submit invoices for items and/or services rendered by e-mail to: InvoiceManager@pbgc.gov All inquiries concerning payment should be directed to the General Accounting Branch at (202)326-4062 #0 or by e-mail: InvoiceManager@pbgc.gov The Contractor must include the following information and/or attached documentation for the invoice to be considered proper. Invoices, which do not contain all the required information, may be returned to the vendor unpaid for correction and resubmission. - Name and address of Contractor - Invoice date and invoice number - Purchase/Delivery Order Number - Shipping and payment terms - Name and address for Contractor official to whom payment is to be sent (must be same as that in the order or in a proper notice of assignment) - Name, title, phone number and mailing and email address of person to notify in the event of an improper invoice - Taxpayer Identification Number (TIN) - Description, quantity, unit of measure, unit price and extended price of supplies delivered or services performed - Expenditures and hours of effort expended by individual during the reporting period (if applicable). - If applicable, for each invoice covering travel expenses incurred, mileage records and copies of receipts from actual transportation costs and accommodations shall be included as supportive material for each invoice. NOTE: PBGC authorization must be obtained prior to incurring any travel expenses for which the Contractor requests reimbursement. (End of Clause) PBGC-39-001 ELECTRONIC AND INFORMATION TECHNOLOGY (OCT 2004) The contractor shall ensure that all electronic and information technology (EIT) procured, developed, maintained, used or delivered under this contract meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov and http://www.access-board.gov/508.htm PBGC-39-003 AUTHORIZED SERVICE PROVIDER (JUL 2011) The offeror must be recognized by the legal owner as an authorized provider of the software/hardware identified in the schedule. The legal owner is defined as the legal entity that holds the proprietary rights to the software/hardware. The offeror must be a recognized entity that is authorized to sell, distribute, copy and/or change the content of the software/hardware. The offeror must certify its status as an authorized provider of the software/hardware identified in the schedule by providing written proof of its status in its response to the solicitation. PBGC reserves the right to verify information provided and check with the legal owner to confirm the offerors status. If the offeror is found not to be an authorized provider, the contracting officer shall notify the offeror that its proposal is excluded from the competitive range or eliminated from the competition. The notice shall state the basis for the determination and that a proposal revision will not be considered. Quotes must be received no later than 10:00 AM EST, May 22, 2012 and shall be emailed to page.patricia@pbgc.gov (any attachments should be in MS Word, MS Excel, Rich Text Format or PDF) and must not exceed 2MB. Written inquiries are to be submitted via email to the aforementioned only. Telephone inquiries will not be accepted. Inquiries received after 2:00pm EST, Monday, May 21, 2012 may not receive a response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/PBGC/CMO/PD/PBGC01-RQ-12-PP03/listing.html)
- Place of Performance
- Address: 1200 K Street NW, Suite 10900, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN02752451-W 20120520/120519000433-eb3be1176e57ef59bb66b7123f425071 (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 |