SOLICITATION NOTICE
D -- HP Software 24X7 Support & Maintenance - Attachment A
- Notice Date
- 4/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- BEP-RFQ-14-0444
- Archive Date
- 5/13/2014
- Point of Contact
- Paul V. Garner, Phone: 240-613-8131
- E-Mail Address
-
paul.v.garner@irs.gov
(paul.v.garner@irs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification BEP-RFQ-14-0444 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. This solicitation is issued as a Request for Quotation (RFQ). This solicitation is a total small business set-aside. The applicable NAICS code for this requirement is 541519- "Information Technology Value Added Reseller". Only quotes from offerors that are authorized HP Resellers and qualify as small businesses under the applicable NAICS code will be considered for award. The IRS Office of BEP Acquisition is requesting quotes for HP Software 24X7 Support maintenance, HP Software Technical Unlimited Support, and HP Software Updates to be provided to the Bureau of Engraving and Printing (BEP). This competition is limited to Brand Name HP Services only. Brand Name Justification is provided in Attachment A. This requirement consists of a Base Period and 2 Option Periods as follows: Base Period (May 1, 2014 - April 30, 2015) Option Period 1 (May 1, 2015 - April 30, 2016) Option Period 2 (May 1, 2016 - April 30, 2017) The associated HP SAID is 1042 7160 3866 Required support is as follows: Base Period (May 1, 2014 - April 30, 2015) CLIN 0001-LEVEL OF SERVICE = HP Software 24x7 Support and Maintenance including HP Software technical Unlimited Support and Updates Services (Product code HA107AC)(QTY 1) CLIN 0002- T7330EAE HP PC 11.50 CC Eng SW E-Media(QTY 1) CLIN 0003- TB998CAE HP BSM 9.20 English SW E-Media(QTY 1) CLIN 0004- TB141AAE HP LR/PC Diag for Comp AppInst SW E-LTU(QTY 1) CLIN 0005- TC011AAE HP PC Controller SW E-LTU(QTY 1) CLIN 0006- TC077AAE HP PC Web/Mmed 1-499 VU SW E-LTU(QTY 100) CLIN 0007- TC053AAE HP PC Database 1-499 VU SW E-LTU(QTY 25) Option Period 1 (May 1, 2015 - April 30, 2016) CLIN 1001- LEVEL OF SERVICE = HP Software 24x7 Support and Maintenance including HP Software technical Unlimited Support and Updates Services (Product code HA107AC)(QTY 1) CLIN 1002- T7330EAE HP PC 11.50 CC Eng SW E-Media(QTY 1) CLIN 1003- TB998CAE HP BSM 9.20 English SW E-Media(QTY 1) CLIN 1004- TB141AAE HP LR/PC Diag for Comp AppInst SW E-LTU(QTY 1) CLIN 1005- TC011AAE HP PC Controller SW E-LTU(QTY 1) CLIN 1006- TC077AAE HP PC Web/Mmed 1-499 VU SW E-LTU(QTY 100) CLIN 1007- TC053AAE HP PC Database 1-499 VU SW E-LTU(QTY 25) Option Period 2 (May 1, 2016 - April 30, 2017) CLIN 2001- LEVEL OF SERVICE = HP Software 24x7 Support and Maintenance including HP Software technical Unlimited Support and Updates Services (Product code HA107AC)(QTY 1) CLIN 2002- T7330EAE HP PC 11.50 CC Eng SW E-Media(QTY 1) CLIN 2003- TB998CAE HP BSM 9.20 English SW E-Media(QTY 1) CLIN 2004- TB141AAE HP LR/PC Diag for Comp AppInst SW E-LTU(QTY 1) CLIN 2005- TC011AAE HP PC Controller SW E-LTU(QTY 1) CLIN 2006- TC077AAE HP PC Web/Mmed 1-499 VU SW E-LTU(QTY 100) CLIN 2007- TC053AAE HP PC Database 1-499 VU SW E-LTU(QTY 25) All quotes must be submitted via email to Paul.V.Garner@irs.gov by 11:00AM EST on 4/28/2014. All questions must be submitted via email to Paul.V.Garner@irs.gov by 1:00PM EST on 4/23/2014. Quotes must provide pricing for all CLINS listed. In addition, quotes must contain a total price for each period of performance as well as a total overall price for all base and option periods combined. Quotes that fail to provide all required pricing will not be considered for award. Each quote must provide documentation showing that the offeror is an authorized reseller for HP. All offerors must include a completed copy of the following clause along with their quote: 52.209-5 "Certification Regarding Responsibility Matters" (Treasury Deviation) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law (FEB 2012) (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under any Federal law within the preceding 24 months. (End of Clause) 52.212-2 Evaluation-Commercial Items. 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 represents the Lowest Price Technically Acceptable (LPTA). A technically acceptable offer contains all information requested in the solicitation. In addition, an offer may be considered unacceptable if a search of PPIRS or FAPIIS reveals negative performance documentation for the offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Clauses incorporated by full text: DTAR 1052.210-70 Contractor publicity. Contractor Publicity (AUG 2011) The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions. (End of clause) DTAR 1052.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (AUGUST 8, 2012) a. Definitions. As used in this clause- 1. "Payment request" means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Payment clause included in this contract. 2. [Reserved] b. Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Internet Payment Platform (IPP). Information regarding IPP is available on the Internet at https://www.ipp.gov. Assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. c. The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing.d. If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (End of clause) FAR 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 3 years. (End of Clause) Additional FAR Clauses Incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.232-39 Unenforceability of unauthorized obligations 52.232-40 Accelerated payment to small business subcontractors FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7 -- System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/BEP-RFQ-14-0444/listing.html)
- Place of Performance
- Address: U.S. Dept. of Treasury, Bureau of Engraving and Printing (BEP), Office of IT Operations, 301 14th Street, SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN03344025-W 20140423/140421234509-7ac2102836258cad23518c8427c28259 (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 |