SOLICITATION NOTICE
D -- IBM Informix 2012 Maintenance Support
- Notice Date
- 8/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL131RQ21787
- Point of Contact
- Keith L. Rhodia, , Sheila J. Thompson,
- E-Mail Address
-
rhodia.keith.l@dol.gov, thompson.sheila@dol.gov
(rhodia.keith.l@dol.gov, thompson.sheila@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ: DOL131RQ21778 This requirement is being solicited as a 100% Total Small Business Set-aside. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12.6 and (FAR) Part 13.5 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation that will be issued. Firm-fixed price offers are requested under this Request for Quote (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-68. This requirement is unrestricted in competition. The Classification Code is D - Information Technology Services, and the NAICS code is 511210. REQUIREMENT: The United States Department of Labor, Employment Training Administration is seeking a contractor to provide procure on-going maintenance support of their IBM Informix Database Management Software to strengthen the availability of the systems. STATEMENT OF WORK: IBM Informix 2012 Service Contract number Passport Advantage Site Number: 7401062 1. Background The DOL Employment & Training Administration (ETA) Office of Information Systems and Technology (OIST) focuses on creating and maintaining resource light IT environments for ETA applications that support the increasing need for information sharing and collaboration; managing information in this new environment plays a critical role in enabling the ETA's efforts to transform Agency operations and respond quickly and accurately to emerging scientific, technological, and economic trends affecting its mission. 2. Objectives To procure on-going maintenance support of their IBM Informix Database Management Software to strengthen the availability of the systems. This support will allow OIST to achieve a modern, utility-based operating environment supported by standard operating procedures resulting in cost savings, operational efficiencies, and defined service levels. Reduce system operation and maintenance costs by replacing or retiring outdated equipment that the manufacturer will no longer support with technical assistance, problem resolution, repair, and replacement parts. 3. Scope The scope of this action will be for on-going maintenance support of the IBM Informix Database Management System software. 4. Specific Tasks/Deliverables Support Services - contractor shall provide predictive, preventative and corrective maintenance at the service level agreements (SLA) for the hardware outlined in "Items to be placed under Informix Maintenance" Document. The contract must have direct access to the OEM for support throughout the period of performance, provide dedicated toll free access and be able to meet the SLAs for support which consists of: IBM Passport Advantage Agreement #128033 IBM Passport Advantage Site ID #7401062 IBM Customer # 9216702 IBM INFORMIX GROWTH EDITION CPU OPTION PROCESSOR VALUE UNIT (PVU) ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E08SQLL Quantity: 5800 IBM INFORMIX ULTIMATE EDITION CPU OPTION PROCESSOR VALUE UNIT (PVU) ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E08SLLL Quantity: 200 Per IBM - Effective 5/25/10 Part # E023HLL (which was quoted on previous renewal) was withdrawn from marketing and was replaced by Part # E08SLLL IBM INFORMIX CLIENT SDK REGISTERED USER ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DDQLL Quantity: 8 IBM INFORMIX SQL DEVELOPMENT REGISTERED USER ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DJBLL Quantity: 130 IBM INFORMIX SQL RUNTIME CONCURRENT SESSION ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DJJLL Quantity: 8 5. Place of Performance All Major work will be performed at either the Department of Labor National Office in Washington DC, the Employment & Training Administration Office of Performance and Technology Disaster Recovery Center in Atlanta, GA and the 54 State Workforce Agencies where the Office of Unemployment Insurance has servers installed. 6. Government Furnished Equipment (GFE)/ Government Furnished Information (GFI) Government Furnished Equipment: None Required Government Furnished Information: The Government will work directly with the contractor to provide information required during the consulting. Project Plan will be provide at a later date. 7. Inspection and Acceptance Criteria N/A 8. Other Pertinent Information or Special Considerations The Contractor should be familiar with Section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools. 9. Post-Award Administration Completion of all deliverables, quality and timeliness of delivery, as well as incidents and types of defects, will be used to evaluate the Contractor's progress and suitability. Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Web Applications delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Web applications delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Web Application outputs/deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. The following provisions and clauses apply to this procurement: FAR 52.204-7 - CCR, FAR 52.204-09 - Personal Identity Verification of Contractor Personnel, FAR 52.212-1 - Instructions to Offerors, 52.212-2 - Evaluation of Commercial Items, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items, FAR 52.219-1 (Alt I) - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim,, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses FAR 52.212-01 - Instructions to Offerors Quotes shall be submitted in writing on company letterhead and must include the RFQ number (DOL131RQ21787), the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Any questions regarding the RFQ must be submitted no later than 3pm EST on Wednesday 7 August, 2013 to Rhodia.Keith.L@doL.gov, please do not call for information. Responses to the questions will be posted as an attachment to the solicitation on www.fbo.gov with no information as to the origin of the question. All quotes shall be received no later than Tuesday August 13, 2013 by 3pm EST by e-mail to the attention of Mr. Keith L. Rhodia at Rhodia.Keith.L@doL.gov. All responsible vendors may submit a quote that, if timely received shall be considered for award. Quotes shall not exceed 5 MB in size. QUOTES WILL BE EVALUATED IN ACCORDANCE WITH FAR 13.106-2 Selection of a vendor for contract award will be based on an evaluation of proposals against the following factors: TECHNICAL EVALUATION: The contractor shall demonstrate a clear understanding of the requirement. PRICE: Vendor shall provide pricing for the following: IBM INFORMIX GROWTH EDITION CPU OPTION PROCESSOR VALUE UNIT (PVU) ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E08SQLL Quantity: 5800 IBM INFORMIX ULTIMATE EDITION CPU OPTION PROCESSOR VALUE UNIT (PVU) ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E08SLLL Quantity: 200 Per IBM - Effective 5/25/10 Part # E023HLL (which was quoted on previous renewal) was withdrawn from marketing and was replaced by Part # E08SLLL IBM INFORMIX CLIENT SDK REGISTERED USER ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DDQLL Quantity: 8 IBM INFORMIX SQL DEVELOPMENT REGISTERED USER ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DJBLL Quantity: 130 IBM INFORMIX SQL RUNTIME CONCURRENT SESSION ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DJJLL Quantity: 8 PAST PERFORMANCE: Government databases to include FAPIIS, PIPPRS, and CPARS will be searched. RELATIVE IMPORTANCE: Technical is more important than price. BASIS FOR AWARD: Contract award will be made to the Lowest Price Technically Acceptable Offeror (LPTA). This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their proposal will not be evaluated. IAW FAR 52.212-3, Offeror Reps and Certs - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Vendors shall be registered with SAM.GOV to be eligible for award. All quotes shall be received no later than August 13, 2013 by 3pm EST. Quotes shall not exceed 5MB is size. U.S. Department of Labor Employment and Training Administration 200 Constitution Avenue, N.W. Washington, D.C. 20210 ________________________________________ Justification for Other Than Full and Open Competition Department of Labor Office of Procurement Services Brand Name Justification For purchase of IBM Informix Annual Maintenance Renewal-FY'13 within the ETA Application Infrastructure. (1) Nature and/or description of the action being approved. Response: This subscription and support is needed to provide a database in our current environment in support the Office of Unemployment Insurance applications hosted by the Office of Information Systems Technology- ETA. A description of the supplies or services required to meet the agency's needs, including product ID's. Response: Also see specific configuration details, including product IDs, attached: IBM INFORMIX GROWTH EDITION CPU OPTION PROCESSOR VALUE UNIT (PVU) ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E08SQLL Quantity: 5800 IBM INFORMIX ULTIMATE EDITION CPU OPTION PROCESSOR VALUE UNIT (PVU) ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E08SLLL Quantity: 200 Per IBM - Effective 5/25/10 Part # E023HLL (which was quoted on previous renewal) was withdrawn from marketing and was replaced by Part # E08SLLL IBM INFORMIX CLIENT SDK REGISTERED USER ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DDQLL Quantity: 8 IBM INFORMIX SQL DEVELOPMENT REGISTERED USER ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DJBLL Quantity: 130 IBM INFORMIX SQL RUNTIME CONCURRENT SESSION ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL E2DJJLL Quantity: 8 An identification of the statutory authority permitting other than full and open competition. Response: FAR 6.302-1(a)(2)(ii) In an attempt to maintain a consistent infrastructure and reduce FTE training on multiple systems, The U.S. Department of Labor ETA has purchased, used and configured specific product in the enterprise over the last 2 years. (2) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Response: This software and support distributed by IBM, is available through multiply small businesses under GSA pricing. (3) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. Response: This purchase will be an open competition, but we have acquired quotes from multiple vendors. (4) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Response: The cost to the Government will be fair and reasonable. The requirements that are being fulfilled have been researched as some of the best in the industry and market. In addition, these requirements will be ordered against GSA pricing that has been determined Price Fair and Reasonable after an open competition for the requirement fulfillment. (5) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Response: This product was originally researched and evaluated over four years ago and has been in use by the ETA program offices since then. The purchase is license and maintenance in order that the system can be maintained and operational. If ETA were to switch products at this stage, ETA would incur additional costs in implementing and learning a new tool. (6) Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. Response: This specific product is required in order to maintain ETA's standard computer platform for supporting IBM Informix Dynamic Server Software connectivity in the ETA network. Familiarity and experience with this standard license and maintenance renewal allows Help Desk technicians and network engineers to quickly and efficiently resolve problems. Under this sole source purchase; there is no harm to the Government. If we were to change manufactures/vendors at this point, ETA would incur significant added costs. This software continues to perform in the top tier of its competition. (7) A listing of the sources, if any, that expressed in writing, an interest in the acquisition. Response: IBM Through open market solicitation. (8) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Response: ETA routinely reviews products performing required services prior to requesting purchases. 10. Approval Supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for this justification is certified as complete and accurate by the technical or requirements personnel. Shane Amerman July 23, 2013 ________________________________ Date: ______________________ Technical or Requirements Personnel Contracting Officers - Certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Keith L. Rhodia Date: 6 August 2013 //SIGNED// ______________________________ Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RQ21787/listing.html)
- Place of Performance
- Address: Washington DC, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03138977-W 20130808/130806235935-25341bf1995b59d3814593c2f689a0e3 (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 |