SOLICITATION NOTICE
D -- Dell KACE Software Renewal Enterprise Software & Maintenance Support
- Notice Date
- 5/1/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ0049-15JZ-0031
- Archive Date
- 5/26/2015
- Point of Contact
- Diane R Clarke, Phone: 703-545-9504
- E-Mail Address
-
Diane.R.Clarke.civ@mail.mil
(Diane.R.Clarke.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with FAR 13.106-1(b). The Washington Headquarters Service Acquisition Directorate requests a quote in accordance with the following items/service from an authorized Dell reseller/partner. ITEM SUPPLIES/SERVICES QTY UNIT UNIT TOTAL EA OF ISSUE COST 0001 Dell KACE Software Renewal 1 Enterprise Software & Maintenance Support K/VK1100 Appliance 4300 Nodes Manufacturer Part Number: 932-3638 The period of performance is from date of award through September 17, 2017. Acceptance is at the Government location and all deliveries are FOB destination. The delivery address is: Defense Acquisition University 9820 Belvoir Road Fort Belvoir, Virginia 22060 Additional Information: 1. Request for Quote via email to Diane Clarke - diane.r.clarke.civ@mail.mil. Quotes shall be submitted for items requested, brand name only. Quotes must include all quantities listed, all or none. Quotes shall be submitted NO LATER THAN Monday, May 11, at 5:00P.M. EST. 2. This solicitation is set aside for small business. The NAICS code for this procurement is 511210 Software Publishers, with a small business size standard of $38,500,000.00. 3. The Government intends to make one award to the Lowest Priced/Technically Acceptable offeror. 4. Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. 5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. 6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 7. The provision at 52.212-2, Evaluation -- Commercial Items is included. The evaluation criteria included in paragraph (a) are technically acceptable, and price. 8. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, unless this information is in SAM. In the event this information is in SAM, only submit section b of the provision. 9. Offerors shall include a completed copy of the clause 252.209-7992 and submit it with their quote. APPLICABLE PROVISIONS & CLAUSES 52.204-99 System for Award Management Registration (Deviation 52.209-6 Protecting the Government's Interest When Subcontracting AUG 2013 With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions-Commercial Items DEC 2014 52.212-5 Contract Terms and Conditions Required to Implement DEC 2014 Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor JUN 2003 52.222-17 Nondisplacement of Qualified Workers 52.222-26 Equal Opportunity MAR 2007 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-41 Service Contract Labor Standards MAY 2014 52.222-50 Combatting Trafficking in Persons 52.225-7002 Qualifying Country Sources as Subcontractors 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-4 Applicable Law for Breach of Contract OCT 2004 52.223-16 Acquisition of EPEAT - Registered Personal Computer JUN 2014 Products 52.223-16 Alt I Acquisition of EPEAT - Registered Personal Computer JUN 2014 Products - Alternate I 52.227-1 Authorization and Consent DEC 2007 52.232-33 Payment by Electronic Funds Transfer -System for Award JUL 2013 Management 52.233-3 Protest After Award AUG 1996 52.233-9000 Agency-Level Protests MAR 2015 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Class Deviation 2015-O0010 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) DEC 2014 252.204-7006 Billing Instructions OCT 2005 252.204-7012 Safeguarding of Unclassified Controlled Technical InformationNOV 2013 252.209-7992 Representation by Corporations Regarding an Unpaid DEC 2014 Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations 252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012 Reports 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing of Contract Modifications DEC 1991 Section 508 Accessibility Standards. The following Section 508 Accessibility Standard(s) (Technical Standards) is applicable to this acquisition. Technical Standard X - 1194.21 - Software Applications and Operating Systems The Technical Standards above facilitate the assurance that the maximum technical standards are provided to the Offerors. Functional Performance Criteria is the minimally acceptable standards to ensure Section 508 compliance. This block is checked to ensure that the minimally acceptable electronic and information technology (E&IT) products are proposed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0049-15JZ-0031/listing.html)
- Place of Performance
- Address: Defense Acquisition University, 9820 Belvoir Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03717248-W 20150503/150501234557-a42a70a67e48cc857ab60ce982c428fc (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 |