SOLICITATION NOTICE
D -- EMC Networker Software Annual Maintenance and Support Renewal - Attachments
- Notice Date
- 11/5/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme, Naval Facilities and Expeditionary Warfare Center, 1000 23rd AVE, Port Hueneme, California, 93043-4301, United States
- ZIP Code
- 93043-4301
- Solicitation Number
- N39430-14-R-1404
- Archive Date
- 11/12/2013
- Point of Contact
- Klein Dadacay,
- E-Mail Address
-
klein.dadacay@navy.mil
(klein.dadacay@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Single Source Determination Attachment 5 Attachment 4 Attachment 3 Attachment 2 Attachment 1 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N39430-14-R-1404. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55. The NAICS code is 423430 and the Small Business Size Standard is 100 employees. This combined synopsis/solicitation is a 100% Small Business Set-Aside action. The contract type is Firm Fixed Price (FFP). REQUIREMENT DESCRIPTION: Line Item Description Qty 0001 EMC Model No. 457-100-227, Networker Licensing Bundle Data Domain 2 0002 EMC Model No. 456-103-178, Networker Source Cap Data Zone Enabler 2 0003 EMC Model No. 456-103-185, Networker Source Cap 10TB License Tier 6 50 0004 EMC Model No. 456-103-439, Networker Source Cap 1TB License Tier 6 7 0005 EMC Model No. 456-103-438, Networker Source Cap 1TB License Tier 5 3 *See Attachment 1 for complete details of the requirement description. *Offeror must be an authorized EMC re-seller to be considered for award. SPECIAL REQUIREMENT (Refer to Attachment 2): 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 Maintenance." Section 508 Deliverable Requirements The activity to be performed relates to or requires the use of EIT. Section 508 must be considered as a requirement for Software Maintenance Service to assure that it considers specific Section 508 accessibility requirements. Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT) (Attachment 2). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT) (Attachment 2).Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Software Maintenance Service outputs/deliverables will meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT) (Attachment 2). PLACE OF PERFORMANCE (OR MATERIAL DELIVERY LOCATION): NITC ATTN: Sandra Boyd, Code IT09 1000 23 rd Ave, Building 2 Port Hueneme, CA 93043 INSTRUCTIONS: QUOTE SUBMISSION: One original quote is due on 11 Nov 2013, 2:00 PM PST via electronic mail (e-mail). Facsimile quote are NOT allowed. Submit offers to Klein Dadacay at Klein.dadacay@navy.mil, Phone: 805-982-3873. Quotes submitted via NECO website will be ignored. Offerors who fail to complete and submit the requirements above may be considered non-responsive. Your Quote must contain the following information: Quote containing the following: Name and address of offeror The CAGE and DUNS number of the offeror The address and telephone number for the authorized representative of the offeror Submission Factors FACTOR 1-TECHNICAL CAPABILITY Provide technical information, such as catalog cuts, and/or technical brochures showing Manufacturer's part numbers to show the technical capability meeting the Government's requirement (See "REQUIREMENTS DESCRIPTION" section of this solicitation for details). FACTOR 2-PAST PERFORMANCE Provide a list of three (3) contracts similar in size and complexity of this request or quotation and completed within the past three (3) years. The Past Performance Questionnaire included in the solicitation is provided for the offeror, or its team members, to submit for each project reference. Ensure correct phone numbers and email addresses are provided for the reference point of contact. Offerors shall include with the proposal submission a copy of the Past Performance Questionnaire Cover Sheet which contains the point of contact information for each project reference. Offerors shall submit completed Past Performance Form(s) ( Exhibit A, Attachment 3 ) which identifies recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) for each recent and relevant reference. Recent and relevant references may be contacted and requested to complete the Past Performance Questionnaire ( Exhibit B, Attachment 3 ). Additionally, the Government may review other sources of information for evaluating past performance. These sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE CODE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. FACTOR 3-PRICING Provide a unit price for the listed Line Item Numbers listed in Attachment 4. Submit a completed copy of the provisions at 52.212-3 -- Offeror Representations and Certifications - Commercial Items (NOV 2011). APPLICABLE CLAUSES: 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEM applies to this acquisition and will be incorporated into any resulting contract and the following additional clauses. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. FACTOR 1: TECHNICAL CAPABILITY Evaluation of this factor will be based on review of the technical documentation submitted by the offeror to ensure that the item offered is the same or equal to the Government's requirement. The offeror is responsible to provide evidence that the item offered is capable of meeting the Government's need. Please provide certificate verifying that the offeror is an authorized EMC reseller (Note: VENDORS MUST BE AN AUTHORIZED EMC RE-SELLER TO BE CONSIDERED FOR AWARD). FACTOR 2: PAST PERFORMANCE The Government may review any other sources of information for evaluation past performance. Other sources may include, but are not limited to past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Past Performance Surveys received after this date will not be accepted or evaluated. No exceptions. FACTOR 3: PRICE Offeror's submitted Firm Fixed Price (FFP) quote will be evaluated for price reasonableness using one or more of the following technique (1) Comparison of proposed prices received in response to the solicitation. (2) Comparison of proposed prices with the independent Government estimate (3) Comparison of proposed prices with available historical information (4) Comparison of proposed prices with prices obtained through market research for the same or similar items and/or effort. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Offeror will need to include a copy of the provision at 52.212-3 with its offer. 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition and will be incorporated into any resulting contract and the following additional clauses. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2013 ) *This FAR clause applies to this acquisition. (Please refer to Attachment 5) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) FULL TEXT This DFARS clause applies to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a8fd7cbae61692cda0b62577400d042)
- Place of Performance
- Address: 1000 23rd Ave, Building 2, Port Hueneme, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN03228525-W 20131107/131106001418-1a8fd7cbae61692cda0b62577400d042 (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 |