Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

R -- Purchase Oracle Systems Support

Notice Date
9/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-13-Q-PC2251
 
Archive Date
10/2/2013
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-13-Q-PC2251. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-69. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 541519. The SBA size standard is 25.5K. This is Not a Small Business Set-Aside, due to this acquisition being a Brand Name Service Procurement. The Brand of Service is Oracle. It is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement IAW 19.502(a). The USCG Command Control and Communications Engineering Center (C3CEN) Portsmouth, VA 23703 intends to award a Firm Fixed Price Purchase Order Contract for Hardware Support and Maintenance for Sun T5220 Servers, See Schedule B for the Serial Numbers. Period of Performance (POP) of one (1) year from date of Award plus (1) Option Year, IAW Statement of Work/Oracle Hardware and Systems Support Policies/Oracle Premier Support for Systems & Oracle Customer Data and Device Retention information. This purchase is for USCG C3CEN, 4000 Coast Guard Blvd. Portsmouth, VA 23703. The Coast Guard does not own nor can they obtain specifications or other technical data for these Services. Requests for drawings and specifications will be disregarded. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a Purchase Order to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The proposed contract action resulting from this synopsis/solicitation for commercial services is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the USCG/Government. Any Contractors that are authorized to perform Oracle Support and Maintenance are encouraged to provide a Firm Fixed Price. A determination by the USCG/Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the USCG/Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals IAW Statement of Work by Sep/17/2013 @ 7:00AM EST. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC Beverly A. Turman-Dawson, Acquisition Specialist, Beverly.A.Turman-Dawson@uscg.mil. The Anticipated Award Date for the Purchase Order Contract is Sep/18/2013; this date is approximate and not exact. Schedule B Line Item 1: Base Year - Start Date - One (1) year from date of Award Hardware Support and Maintenance for Sun 27 EA of - T5220 Servers in Support of the Global Command and Control Systems. ORACLE PREMIER SUPPORT FOR SYSTEMS - RENEWAL PARTNER BDL09387A4, BDL09387B3 BDL0938798, BDL09387B4 BDL09387C7, BDL09387A2 BDL09387C9, BDL09387C5 BDL09387CA, BDL09387C1 BDL09387BD, BDL09387AC BDL09387B0, BDL0938796 BDL093879F, BDL0938762 BDL093875E, BDL09387AD BDL09387A3, BDL09387B2 BDL09387AB, BDL093879A BDL09387D2, BDL093774A BDL09387B1, BDL0938761 BDL09387A5 tiny_mce_marker_______________________ Line Item 2: Base Year - Start Date - One (1) year from date of Award Hardware Support and Maintenance for Sun 27 EA of - T5220 Servers in Support of the Global Command and Control Systems. ORACLE CUSTOMER DATA & DEVICE RETENTION BDL09387A4, BDL09387B3 BDL0938798, BDL09387B4 BDL09387C7, BDL09387A2 BDL09387C9, BDL09387C5 BDL09387CA, BDL09387C1 BDL09387BD, BDL09387AC BDL09387B0, BDL0938796 BDL093879F, BDL0938762 BDL093875E, BDL09387AD BDL09387A3, BDL09387B2 BDL09387AB, BDL093879A BDL09387D2, BDL093774A BDL09387B1, BDL0938761 BDL09387A5 tiny_mce_marker________________________ Line Item 3: Option Year One (1) Hardware Support and Maintenance for Sun 27 EA of - T5220 Servers in Support of the Global Command and Control Systems. ORACLE PREMIER SUPPORT FOR SYSTEMS - RENEWAL PARTNER BDL09387A4, BDL09387B3 BDL0938798, BDL09387B4 BDL09387C7, BDL09387A2 BDL09387C9, BDL09387C5 BDL09387CA, BDL09387C1 BDL09387BD, BDL09387AC BDL09387B0, BDL0938796 BDL093879F, BDL0938762 BDL093875E, BDL09387AD BDL09387A3, BDL09387B2 BDL09387AB, BDL093879A BDL09387D2, BDL093774A BDL09387B1, BDL0938761 BDL09387A5 tiny_mce_marker________________________ Line Item 4: Option Year One (1) Hardware Support and Maintenance for Sun 27 EA of - T5220 Servers in Support of the Global Command and Control Systems. ORACLE CUSTOMER DATA & DEVICE RETENTION BDL09387A4, BDL09387B3 BDL0938798, BDL09387B4 BDL09387C7, BDL09387A2 BDL09387C9, BDL09387C5 BDL09387CA, BDL09387C1 BDL09387BD, BDL09387AC BDL09387B0, BDL0938796 BDL093879F, BDL0938762 BDL093875E, BDL09387AD BDL09387A3, BDL09387B2 BDL09387AB, BDL093879A BDL09387D2, BDL093774A BDL09387B1, BDL0938761 BDL09387A5 tiny_mce_marker________________________ Total: $ ________________________________________ The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) - award will be made to the Offeror proposing the Overall Best Value to the Government considering, Price, Technical Capability. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (August 2011). OPTIONS: 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). End of Clause 52.217-9 Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. End of Clause FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. The Following FAR Provision applies to Line Items 3-4 only of this Acquisition: FAR 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. End of Clause Statement of Work 1. Period of Performance: One year from Date of Award plus One (1) Option Year 2. Short Title: Oracle GCCS-J server support 3. Place of Performance: United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN) 4000 Coast Guard Blvd. Portsmouth, VA 23703 4. References: a. Oracle Premier Support for Systems b. Oracle Customer Data and Device Retention 5. Security Requirements: The servers are located in classified areas but the contractor will not need access. 6. Point of Contact (POC): a. LT Jeff Purkey, C3CEN, (757) 295-2086 b. ETCS Gary Treece, C3CEN, (757) 686-4239 7. Description of Work: a. The Government requires reinstatement of Oracle technical support as outlined in Ref. (A) and arrangement of server hardware support with Oracle as outlined in Ref. (B) and Ref. (C). All physical interaction with the covered servers will be accomplished by clearanced U.S. Coast Guard employees. b. In the event of server failure, the POC identified in paragraph 4 will initiate a "Service Request" directly with Oracle on https://support.oracle.com. c. If Oracle requests return of the failed hardware in exchange for replacement hardware, the POC identified in paragraph 4 will make the arrangements. d. Failed disk drives will be retained by the Coast Guard and disposed of in accordance with USCG/DoD policies for classified hardware. 8. Government -Furnished Equipment: None 9. Travel Requirements: None 10. Deliverables: a. Oracle's "Customer Support Identifier" number for this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-Q-PC2251/listing.html)
 
Record
SN03181681-W 20130912/130910235309-f346d59972bebc06ae4bc2e17bd3cf59 (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.