Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

D -- Oracle Front Porrch Support Services - Brand Name Justification

Notice Date
5/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-Q-17-0031
 
Point of Contact
Lanette M. Barnes, Phone: 2023827867
 
E-Mail Address
lbarnes@bbg.gov
(lbarnes@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
BrandNameJustificationBBG50Q170031 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; quotes are being requested and a written solicitation will not be issued. This solicitation will use FAR 13.5 - Simplified Procedures for Certain Commercial Items. This solicitation, number BBG50-Q-17-0031, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. List of line item number(s) and items, quantities, and units of measure. Vendors are encouraged to structure line items as necessary: Item No. Items Quantities Unit of Measure 0001 * Front Porch DIVArchive (Base Year) 1 EACH 1001 * Front Porch DIVArchive (Option 1 Year) 1 EACH 2001 * Front Porch DIVArchive (Option 2 Year) 1 EACH *The Contractor shall break down the services by lines as needed (i.e. Base: 0001, 0002, 0003.. Option 1: 1001, 1002, 1003...). A total price should be provided. Description of Requirements- The Voice of America (VOA), the Broadcasting Board of Governors (BBG), and the International Broadcasting Bureau (IBB) purchased the Oracle DIVArchive solution to bridge the gap between our Dalet Plus and RSHD Media Asset Management (MAM) solutions and our the SpectraLogic tape library used for managing the Enterprise-wide Media Archive. The Agency has a need for software support services. This will include the support of current licenses. This license amount may increase or decrease over the life of the contract. The period of performance for the current support agreement ends June 30, 2017. The Contractor shall provide technical software support services described herein and provide resource(s) to accomplish the objectives detailed below: a. Provide software support services for Oracle DIVArchive VOA/BBG users. b. Provide software support services for reproducible malfunctions reported of the Oracle DIVArchive software that prevent them from performing in accordance with documentation provided by Oracle. The following Oracle products are licensed by VOA/BBG and will be covered under this contract: Front Porch Actor Front Porch Archive Capacity Front Porch DIVA Manager Base Front Porch DIVA Protect Collection and Reporting Front Porch Managed Externalized Tapes Front Porch Manager Failover Front Porch Nearline Capacity Front Porch Partial File Restore Front Porch Object Transfer Utility Front Porch Rebuild Damaged Tape Utility Front Porch Storage Plan Manager (SPM) Basic Front Porch DIVA Net Front Porch LYNXdr c. Provide a method for categorizing incidents reported based on this criteria: Severity 1: Production use of the support programs is stopped or so severely impacted that we cannot reasonably continue work. We experience a complete loss of service. The operation is mission critical to the business and the situation is an emergency. Reasonable efforts will be made to respond to Severity 1 service requests within one (1) hour. A Severity 1 service request has one or more of the following characteristics: •Data corrupted •A critical documented function is not available •System hangs indefinitely, causing unacceptable or indefinite delays for resources or response •System crashes, and crashes repeatedly after restart attempts Severity 2: Severe loss of service. Important features are unavailable with no acceptable workaround; however, operations can continue in a restricted fashion. Severity 3: Minor loss of service. The impact is an inconvenience, which may require a workaround to restore functionality. VOA/BBG will collect log files, configuration files, and other information needed to identify the nature of the error and VOA/BBG will determine the error severity and provide this information to the Contractor. VOA/BBG will describe either by phone or by e-mail, the error encountered and the circumstances under which it occurred, following standard error report format. d. Provide access to support services via telephone to VOA/BBG Designated Administrators 24 hours a day, 7 days a week, and 365 day a year. e. Represent and warrant that in providing the software support services provider shall use a level of skill, diligence, care and expertise commensurate with industry standards; and perform the support services in a professional and workmanlike manner. f. Provide software support services as an independent contractor. Nothing in this agreement will be construed to imply an employment, joint venture, lease, partnership, of agency relationship between the parties. g. During the term of this agreement, provide free of charge to VOA/BBG with corrections, updates, improvements and modifications of current generation of the software which are generally released from time to time by Oracle. h. Assist VOA/BBG with recording of system performance and a recording of system architecture including, but not limited to: operating systems, servers, network topology, network configuration, firewalls, and third party products. Place of Performance- Contractor will perform the work associated with this contact by connecting to the VOA/BBG installation remotely from their own work location. Period of Performance- Base Award: July 1, 2017 through June 30, 2018 Option 1: July 1, 2018 through June 30, 2019 Option 2: July 1, 2019 through June 30, 2020 Provisions and Clauses- The provision at 52.212-1, Instructions to Offerors -- Commercial, is not applicable to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, is not applicable to this solicitation. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (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: (1)52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (2) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). (3) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). (4) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (5) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (6) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (7) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (8) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (9) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (10) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (11) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (12) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (13) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (14) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (15) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693) (16) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (17) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (18) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (19) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (20) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (21) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (22) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (6) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (7) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 1952.232-91-Electronic Invoicing and Payment Requirements-Invoice Payment Platform (IPP) (Apr 2016) Payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Payment Program (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is:https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice (CO to edit and include the documentation required under this contract): None The Contractor must follow the instructions on the attached Electronic Invoicing Advisory to enroll, access and use IPP for submitting requests for payment. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (End of Clause) ELECTRONIC INVOICING IS A REQUIREMENT OF THIS CONTRACT IPP (Invoice Processing Platform) is the no cost on-line Treasury system being used at BBG for vendor invoicing and is a requirement of all new contract awards. The web address for the IPP billing system is www.ipp.gov. IPP is a very easy to navigate vendor invoicing system that allows you to directly attach invoice support (following format type:.doc,.docx,.htm,.html,.jpeg,.jpg,.pdf,.rtf,.tif,.tiff,.xls, and.xlsx). Your invoices will directly route to your COR for review and approval and then to the financial system for review and processing. You will be able to view the approval process directly on-line. What do I do now? 1.If you are already enrolled as an IPP user, follow the BBG notification steps below. 2.If you are not enrolled with IPP then go to the web page www.ipp.gov. In the middle of the page along the right there is a Vendors and "enroll now" button. The vendor requirements can be viewed at this link: https://www.ipp.gov/vendors/enrollment-vendors.htm. Once you are enrolled with IPP follow the instructions below to notify BBG. BBG notification Email the BBG systems team at cfo-financial-systems-team@bbg.gov that you have enrolled in IPP and they will code you as an IPP vendor in our financial system. In the subject line of the email state, IPP vendor and your company name, see below for an example: "IPP vendor enroll - ABC Company" Once you are coded by the systems team you will receive a BBG vendor notification email and your contracts will be available in IPP for you to begin billing. The email notification will be addressed to the POC your company provided Treasury IPP when you registered. For assistance in enrolling and receiving your IPP password, Treasury toll free customer service is available Monday through Friday from 8:00 am - 6:00 pm at 866-973-3131 and their email address is IPPCustomerSupport@fms.treas.gov. BBG is unable to register vendors into IPP or provide/reset passwords. (End of Clause) 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. (End of Clause) 52.217-9 -- 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 1 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 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 6 months, 5years. (End of Clause) Instructions to Offerors- Offerors shall submit their offers via email to Lanette M. Barnes at lbarnes@bbg.gov not later than 5:00 pm (EST) Wednesday, May 10, 2017. No telephone calls will be accepted. All questions concerning the RFP must be submitted in writing. All questions must contain reference to the section/paragraph number of the RFQ or Statement of Work (SOW) which is in question. Written inquires will be answered in writing via amendment, however, because of the response time, no such inquiries will be considered if received after 10:00 am (EST) on Friday, May 5, 2017. Answers to questions will be provided to all offerors being solicited, giving due regard to the proper protection of proprietary information. FAILURE TO COMPLY WITH THE INSTRUCTIONS FOR SUBMISSION WILL RESULT IN THE REJECTION OF THE PROPOSAL AS UNACCEPTABLE. Evaluation Criteria- Factor 1 - Technical Approach: The offeror will be evaluated on their understanding of the scope of work required, have in-depth knowledge and demonstrated experience in providing software support for Oracle DIVArchive, and fully understand the inter-dependencies among the products. The offeror shall be and Oracle authorized dealer, authorized distributer or authorized service provider/reseller. Factor 2 - Past Performance: The Government will evaluate overall customer satisfaction through information and/or references submitted by the Contractor. The Contractor shall submit 3 references that are no longer that 1 page. The Government may also evaluate information that is gathered independent of the offeror's submission to assess past performance. Factor 3 - Price: Price will be evaluated for reasonableness and completeness. This factor shall be judged on the degree to which the proposed price is reasonable and consistent with the work to be performed; excessively high or low price may be deemed to indicate a lack of understanding of the requirements of the solicitation. Option pricing will be evaluated in this solicitation. The contractor must provide pricing for separate line items and "total" price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-17-0031/listing.html)
 
Place of Performance
Address: Contractor will perform the work associated with this contact by connecting to the VOA/BBG installation remotely from their own work location., United States
 
Record
SN04494346-W 20170505/170503234830-88bb94d87da6c61a2d53ddbddadbad2a (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.