SOLICITATION NOTICE
70 -- AvePoint Software Annual Maintenance
- Notice Date
- 9/28/2013
- Notice Type
- Presolicitation
- Contracting Office
- 1701 N Ft Myer Drive, Arlington, VA 22209
- ZIP Code
- 22209
- Solicitation Number
- 1019332852
- Response Due
- 9/29/2013
- Archive Date
- 3/28/2014
- Point of Contact
- Name: Steven Haines, Title: Contract Specialist, Phone: 7038756746, Fax:
- E-Mail Address
-
hainessg@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 1019332852. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 570198. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-29 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20006 The Department of State requires the following items, Exact Match Only, to the following: LI 001: Premier Maintenance Renewal for DocAve and other AvePoint products listed below. Includes: live 24/7 phone support, and web, email support plus all releases, service packs, and upgrades; Start date: license delivery date; Period: 12 months per unit. AvePoint Part Number DA0041. LICENSES TO BE SUPPORTED: DocAve Enterprise Platform Licenses (ELA): DocAve6 Infrastructure Management Platform License for PRODUCTION ENVIRONMENTS. Includes the following modules: Data Protection Suite, Administration Suite, Report Center, and Storage Optimization Suite. AvePoint Part Numbers DA6_ITM_PLT_10_2, DA6_ADM_REP_CMG_DEP_10_2, DA6_RPC_AUD_10_2, and DA6_ARC_CNL_SMG_FSN_10_3. DocAve6 Infrastructure Management Platform License for QA ENVIRONMENTS. Includes the following modules: Data Protection Suite, Administration Suite, Report Center, and Storage Optimization Suite. AvePoint Part Numbers DA6_ITM_PLT_10_2, DA6_ADM_REP_CMG_DEP_10_2, DA6_RPC_AUD_10_2, and DA6_ARC_CNL_SMG_FSN_10_3., 1, LT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). All Bids must be valid through September 30, 2013. No exceptions or qualifications. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Evaluation will be in accordance with FAR 8.405. Accordingly, award will be made to the schedule contractor that provides the best value, price and other factors considered. Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: Software and Support (web and network applications). Section 508 Deliverable Requirements Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. The DOS has obtained information from the software publisher that describes how the required deliverables meet at least those technical provisions identified as applicable. Section 508 Acceptance Criteria Software and support delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Software and support delivered must include the manufacturer's completed Voluntary Product Accessibility Template (VPAT). Web Application outputs/deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. 40 USC 501 and FAR 8.405-6(b)(1), Only one source is capable of responding due to the unique or specialized nature of the work (AvePoint DocAve brand name only). The required items are upgrades to proprietary software licenses already in use by the DOS. These proprietary software code upgrades are available only from the original software manufacturer and its authorized partners, and therefore precludes consideration of any other brand.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1019332852/listing.html)
- Place of Performance
- Address: WASHINGTON, DC 20006
- Zip Code: 20006
- Zip Code: 20006
- Record
- SN03206456-W 20130930/130928233337-0f77b5c46931bd260563ca2fb50e5439 (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 |