Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
MODIFICATION

D -- CommVault Software Premium Support Coverage

Notice Date
4/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH14T0139
 
Response Due
4/14/2014
 
Archive Date
6/2/2014
 
Point of Contact
Jennifer Hayden, 301-619-1363
 
E-Mail Address
US Army Medical Research Acquisition Activity
(jennifer.e.hayden.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The following action is to be competed to fulfill the need of the Defense Center of Excellence (DCOE), Crystal City, VA and Silver Spring, MD, for maintenance renewal for CommVault backup solutions. The North American Industry Classification System (NAICS) code is 541511 (size standard $25.5M). See below for more details. DESCRIPTION: The products/services sought provide for CommVault software premium support coverage for licensed products number FB3E7 currently in place at the Defense Center of Excellence (DCOE) network facilities in Silver Spring, MD and Crystal City, VA. The period of performance is from 31 July 2014 through 30 July 2015 with two option years, 31 July 2015 through 30 July 2016 and 31 July 2016 through 30 July 2017. Maintenance Services will be provided for the two (2) following areas: Silver Spring, MD 20910 Arlington, VA 22202 This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. MINIMUM ESSENTIAL CHARACTERISTICS: BUNDLE MAINTENANCE 6 Data Pack 1 Terabyte1 Maintenance for this bundle provides full rights to use all Backup and Replication agents supported by the Data Protection Enterprise edition feature package, based on 1TB of data protection capacity. This includes Enterprise usage for any deduplication, encryption, Intellisnap or NAS/NDMP features. Capacity usage is measured based on the front-end/Application Size of the last FULL backup per active client/subclient policy. The cell(s) allow installation of any combination of agents and features up to the maximum client size limits on the cell. (Sold per Terabyte of Front-End Protection Size, Tiered Volume price) Maintenance Services The vendor shall provide maintenance services effective from date of successful installation of components for a period of time not to exceed 36 months. Maintenance Services shall be priced for a 12-month Base Period and Two 12-Month Option Periods. 7x24 hotline access Advantage Search Knowledge Base Documentation Release Notes & Help Files Software Updates Service Packs Resource Packs E-mail/Web Ticket Submission Hardware and Platform Support Information Critical Alerts Archive EVALUATION CRITERIA: Basis for award will be lowest price technically acceptable. Therefore, the two evaluation factors applicable to this requirement are (1) technical capability of the item offered to meet the Government requirement and (2) price. The government reserves the right to make award on the initial offers received without discussions. APPLICABLE PROVISIONS AND CLAUSES FOR COMMERCIAL ITEMS: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-4, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. The following DFARS clauses are incorporated herein by reference: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7006, 252.225-7001, 252.225-7048, 252.232-7003, 252.232-7010, 252.246-7000, 252.247-7023 and Alternate III of 252.247-7023. The full text of the referenced FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Jennifer Hayden, Contract Specialist Jennifer.e.hayden.civ@mail.mil All responses to this RFQ must be submitted to the email address listed above no later than 4:00pm EST Monday, 14 April 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH14T0139/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03329556-W 20140405/140404001248-0fa642a180628c018a8a885e0463301e (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.