SOLICITATION NOTICE
D -- ServiceNow Enterprise Edition Software Licenses and Support
- Notice Date
- 11/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-13-RP-0008
- Archive Date
- 12/6/2012
- Point of Contact
- Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
- Small Business Set-Aside
- Total Small Business
- 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; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 Except, Information Technology Value Added Resellers* with a small business size standard of 150 employees. This requirement is 100% set-aside for small business. *An Information Technology Value Added Reseller provides a total solution to information technology acquisitions by providing multi-vendor hardware and software along with significant services. Significant value added services consist of, but are not limited to, configuration consulting and design, systems integration, installation of multi-vendor computer equipment, customization of hardware or software, training, product technical support, maintenance, and end user support. For purposes of Government procurement, an information technology procurement classified under this industry category must consist of at least 15% and not more than 50% of value added services as measured by the total price less the cost of information technology hardware, computer software, and profit. If the contract consists of less than 15% of value added services, then it must be classified under a NAICS manufacturing industry. If the contract consists of more than 50% of value added services, then it must be classified under the NAICS industry that best describes the predominate service of the procurement. To qualify as an Information Technology Value Added Reseller for purposes of SBA assistance, other than for Government procurement, a concern must be primarily engaged in providing information technology equipment and computer software and provide value added services which account for at least 15% of its receipts but not more than 50% of its receipts. Background Information: The National Institute of Standards and Technology (NIST) has multiple service and support organizations that supply various levels of support, including servicing requests, resolving related problems, and implementing changes to the MR environment. The Office of Information Systems Management (OISM) at NIST has adopted a service management practice based on the Information Technology Infrastructure Library (ITIL) framework and the ServiceNow Enterprise Edition Application, to implement common processes and procedures across the organization. Line Item 0001 is a BRAND NAME ONLY requirement. These brand name products are required because it is the only brand that meets the agency's needs. All interested Contractors may submit a proposal for the following: Line Item 0001: Quantity Three Hundred Twenty One (321) ServiceNow Enterprise Edition Software Licenses and Support, which shall meet or exceed the following minimum requirements: 1. Supply the right-to-use software agreement for internet-based Service-Now.com Applications (Enterprise Edition) for the existing NIST instances (http://nist.service-now.com, http://nisttest.service-now.com, http://nisttest2.service-now.com, http://nistdev.service-now.com, http://nistdev2.service-now.com). 2. Supply and provide all necessary and appropriate infrastructures for the operation, security, and management of the Service-now.com Application to maintain 98% availability. This includes the monitoring, maintenance, and availability of the applications. 3. Ensure and validate the servers supporting the NIST instances are physically and logically independent, and data centers (primary and secondary) meet relevant FISMA controls as specified in the NIST Special Publication 800-53 at the FIPS 199 moderate impact level. NIST data and computing processes must remain on dedicated, independent servers; not be comingled with other data or servers. 4. Provide written evidence of meeting the FISMA controls upon request and on an annual basis. 5. NIST instances shall be available 98% of the time per month. Planned downtime not to exceed two (2) hours per month for which the vendor shall provide at least seven (7) days advanced notice by-way-of a phone call to the Contracting Officer Representative (COR). 6. Provide and maintain appropriate data security procedures and other safeguards against the destruction, corruption, loss, unauthorized access, or alteration of NIST data. 7. NIST data and application configurations shall be backed up each night, (incremental) and every seven days, (full backup). Backups shall be saved in the primary data center and saved to a secondary data center, which is geographically located no less than 50 miles from the primary data center. The ability to initiate restoration of NIST data and application configurations from backup shall be available to NIST ServiceNow Administrators 27 x 7. 8. Supply 24 x 7 customer support through phone, web chat, or online support system offering general customer support and technical guidance. Vendor support staff requiring access to the NIST instances and/or NIST data must be U.S. Citizens or U.S. Permanent Residence. 9. Adhere to the following service level agreement targets, including response time and resolution times by ticket priority: a. Critical Priority, 30 minute response time, 1 hour resolution time b. High Priority, 2 hour response time, 8 hour resolution time c. Medium Priority, 8 hour response time, 3 business days resolution time d. Low Priority, 3 business day response time, 10 business days resolution time Delivery: Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors shall 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. Clauses: 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 including subparagraphs: 52.219-28 Post Award Small Business Program Rerepresentation 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports of Veterans 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Instructions to Offerors: 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. Due Date for Proposals: Offerors shall submit their proposals so that NIST receives them not later than 12:00PM Eastern Time on Wednesday, November 21, 2012. Fax proposals shall not be accepted. E-mail proposals shall be accepted at joshua.holliday@nist.gov. Proposals shall not be deemed received by the Government until it is entered into the e-mail address inbox set forth above. Proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attention: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFP number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Joshua Holliday, Contract Specialist on 301-975-8497. Proposal Instructions: The Offeror shall submit the following: Technical Acceptability: The Offeror shall submit the following: Technical Capability: The offeror shall provide a written, detailed technical approach for how it proposes to satisfy the requirements of the Statement of Work (SOW). The offeror's technical approach shall demonstrate a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the SOW. The technical approach shall include information on the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the SOW. Past Performance: The offeror shall provide at least two (2) past performance references for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three (3) years by governmental entities (federal, state, or local) or by non-governmental entities. Price: The offeror shall submit a firm-fixed price. Basis for Award Determination/Evaluation Criteria: Award shall be made to the offeror that provides the lowest priced, technically acceptable proposal. Technical acceptability means that the proposal meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the proposal. NIST will evaluate whether the offeror has demonstrated that its proposed services meets or exceeds all minimum requirements. Proposals that do not demonstrate that the proposed service meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed service meets a certain minimum requirement, NIST will determine that it does not. Past Performance: The Government will evaluate the offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three (3) years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical approach portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: Proposed price will be evaluated for reasonableness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RP-0008/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02930437-W 20121116/121114234301-1f650b698569709c0ae4d7936b668e1b (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 |