Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2013 FBO #4089
SOLICITATION NOTICE

D -- NB183000-13-01306 Quest TOAD Software

Notice Date
2/1/2013
 
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
NB183000-13-01306
 
Archive Date
3/29/2013
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with size standard of $25.5M. This acquisition is being procured as a total small business set-aside. The Office of Information Systems Management (OISM) at the National Institute of Standards and Technology (NIST) has been using the Quest TOAD software for monitoring, controlling, and reporting the NIST financial Oracle databases, Servers, Applications and web sites. These products are a key component of NIST's current enterprise IT architecture as defined in the NIST Technology Reference Model for Central IT Services. Line items 0001 through 0036 are BRAND NAME ONLY requirements. These brand name products are required because they are the only brand that meets the agency's needs. All interested Contractors shall provide a firm fixed price quote for the following: Period of Performance: 02/28/2013 through 02/28/2014 Line item 0001: Quantity 1 ea. 9923-14351 FOGLIGHT APPLICATION MANAGEMENT SUITE PER CPU SOCKET MAINTENANCE RENEWAL Line item 0002: Quantity 5 ea. 9923-11632 QUEST DBA MODULE FOR TOAD PER SEAT MAINTENANCE RENEWAL Line item 0003: Quantity 103 ea. 9923-14556 FOGLIGHT OS MANAGEMENT PER CPU SOCKET MAINTENANCE RENEWAL Line item 0004: Quantity 6 ea. 9923-16173 FOGLIGHT TRANSACTION RECORDING ADVANCED PER FTR-A INSTANCE MAINTENANCE RENEWAL Line item 0005: Quantity 5 ea. 9923-12220 TOAD PROFESSIONAL EDITION MAINTENANCE RENEWAL -INCLUDES 1 SEAT OF TOAD FOR ORACLE, DEBUGGER, KNOWLEDGE XPERT FOR PL SQL DEVELOPMENT -SOLD PER SEAT Line item 0006: Quantity 5 ea. 9923-12220 TOAD PROFESSIONAL EDITION MAINTENANCE RENEWAL - INCLUDES 1 SEAT OF TOAD FOR ORACLE, DEBUGGER, KNOWLEDGE XPERT FOR PL SQL DEVELOPMENT - SOLD PER SEAT Line item 0007: Quantity 26 ea. 9923-16886 FOGLIGHT FOR ORACLE PER CPU SOCKET MAINTENANCE RENEWAL Line item 0008: Quantity 4 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0009: Quantity 1 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0010: Quantity 8 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0011: Quantity 3 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0012: Quantity 5 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0013: Quantity 4 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0014: Quantity 3 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0015: Quantity 3 ea. 9923-13417 FOGLIGHT SERVER FOR FSM MAINTENANCE RENEWAL PACK Line item 0016: Quantity 10 ea. 9923-11641 TOAD FOR ORACLE SUITE PER SEAT MAINTENANCE RENEWAL PACK Line item 0017: Quantity 9 ea. 9923-11641 TOAD FOR ORACLE SUITE PER SEAT MAINTENANCE RENEWAL PACK Line item 0018: Quantity 10 ea. 9923-12856 TOAD FOR SQL SERVER XPERT EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0019: Quantity 10 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0020: Quantity 1 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0021: Quantity 5 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0022: Quantity 5 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0023: Quantity 1 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0024: Quantity 3 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0025: Quantity 5 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0026: Quantity 1 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0027: Quantity 5 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0028: Quantity 5 ea. 9923-11352M TOAD FOR ORACLE PER SEAT MAINTENANCE RENEWAL Line item 0029: Quantity 4 ea. 9923-11633 TOAD FOR ORACLE XPERT TUNING MODULE PER SEAT MAINTENANCE RENEWAL Line item 0030: Quantity 5 ea. 9923-13918 TOAD FOR ORACLE STANDARD EDITION PER SEAT MAINTENANCE RENEWAL PACK Line item 0031: Quantity 16 ea. 9923-13003 FOGLIGHT PROJECT MANAGEMENT PER HOUR Line item 0032: Quantity 80 ea. 9923-13054 FOGLIGHT CONSULTING PER HOUR Line item 0033: Quantity 4 ea. FOGLIGHT PERFORMANCE SUITE FOR SQL SERVER PER LIMITE CORE CPU SOCKET LICENSE/24x7 MAINTENANCE PACK Line item 0034: Quantity 1 ea. 9923-21986 FOGLIGHT STANDARD TRAINING PACKAGE Line item 0035: Quantity 7 ea. 9923-18022 FOGLIGHT FOR ORACLE ADVANCED PER CPU SOCKET 24x7 MAINTENANCE RENEWAL PACK Line item 0036: Quantity 8 ea. 9923-18032 FOGLIGHT FOR SQL SERVER ADVANCED PER CPU SOCKET 24X7 MAINTENANCE RENEWAL PACK Delivery Terms Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. 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. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Technical Evaluation Criteria Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate the offeror's quote and award to the lowest priced, technically acceptable offeror. Quotation Submission Instructions All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description and/or product literature; 3) the most recent published price list(s) with quoted item(s) highlighted; and 4) Evidence that the offeror is an authorized reseller of Quest Software products and services. This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. 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. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Monday, February 11, 2013. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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: 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 Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34, FOB Destination; and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB183000-13-01306/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02978327-W 20130203/130201234907-5799cb1533bcffcb7949c91371c912eb (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.