SOLICITATION NOTICE
99 -- Oracle Maintenance - Synopsis/Solicitation
- Notice Date
- 6/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- RFQ0005399
- Archive Date
- 7/14/2017
- Point of Contact
- Kelli Parker, Phone: 7039856908
- E-Mail Address
-
kelli.parker@ic.fbi.gov
(kelli.parker@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis/Solicitation Oracle Maintenance manufacturer item name CSI Numbers Qty support level maint start maint end Serial # T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000202551 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000202554 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000202557 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000202570 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000202572 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000202574 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000205043 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000205045 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000205046 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000205047 T10000C,4GB,FC,DPSW,SL8500 17818446 1 8x5 5/31/2017 9/30/2017 576000205052 T10000D,FI,DPLW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000201663 T10000D,FI,DPLW,SL3000 17818446 1 24x7 5/31/2017 9/30/2017 579000201664 T10000D,FI,DPLW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000201665 T10000D,FI,DPLW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000201666 T10000D,FC,DPSW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000202040 T10000D,FC,DPSW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000202041 T10000D,FC,DPSW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000202042 T10000D,FC,DPSW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000202043 T10000D,FC,DPSW,SL3000 17818446 1 8x5 5/31/2017 9/30/2017 579000202045 T10000D,FC,DPSW,SL3000 17818446 1 24x7 5/31/2017 9/30/2017 579000202046 T10000D,FC,DPSW,SL3000 17818446 1 24x7 5/31/2017 9/30/2017 579000202047 T10000D,FC,DPSW,SL3000 17818446 1 24x7 5/31/2017 9/30/2017 579000202049 T10000D,FC,DPSW,SL3000 17818446 1 24x7 5/31/2017 9/30/2017 579000202050 T10000D,FC,DPSW,SL3000 17818446 1 24x7 5/31/2017 9/30/2017 579000202057 StorageTek SL3000 modular library system 17818446 1 24x7 5/31/2017 9/30/2017 571000201619 StorageTek SL3000 modular library system 17818446 1 8x5 5/31/2017 9/30/2017 571000201663 CLIN # 3 listed below Oracle Software Maintenance manufacturer item name CSI Numbers Total number of licenses support level maint start maint end Oracle StorageTek Expert Library Manager (5-8 LSM) - Storage Device Perpetual 17171637 2 24x7 5/31/2017 6/30/2018 Sun Host Software Component (HSC) for IBM MVS - CPU Perpetual 17171637 2 24x7 5/31/2017 6/30/2018 Oracle ELS Virtual Client 1 24x7 7/1/2017 6/30/2018 Oracle ELS with LCM and VM Virtual Client 1 24x7 7/1/2017 6/30/2018 CLIN # 4 listed below Oracle Software Maintenance manufacturer item name CSI Numbers Total number of licenses support level maint start maint end StorageTek Automated Cartridge System Library Software (ACSLS) - Server Perpetual 17874589 4 24x7 5/31/2017 9/30/2017 StorageTek Automated Cartridge System Library Software (ACSLS) - Server Perpetual 19593761 1 24x7 5/31/2017 9/30/2017   CLIN # 5 listed below Oracle Software Maintenance manufacturer item name CSI Numbers Total number of licenses support level maint start maint end Sun One Directory Server 1 to 999999 Solaris - Entry Perpetual 17874589 50000 24x7 5/31/2017 6/30/2018 Sun One Directory Server 1 to 999999 Solaris - Entry Perpetual 17874589 6000 24x7 5/31/2017 6/30/2018 Sun One Web Server Enterprise Edition - Socket Perpetual 17874589 3 9x5 5/31/2017 6/30/2018 Shipping: All deliveries under this order shall be FOB destination. Delivery Requirement All items will be shipped to: Federal Bureau of Investigation Engineering Research Facility Attn: OTD-TRU Bldg 27958-A Quantico, VA 22135 **Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Kelli Parker at kelli.parker@ic.fbi.gov, no later than Thursday, June 29, 2017 at 10:00 AM (Eastern). 1. New Equipment only will be accepted for this procurement. 2. Quote must be valid for 30 days from closing of posting. 3. Delivery must be made within 30 days or less after Receipt of Order (ARO). The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability - Solicitation (DEVIATION 2015-02) (March 2015) (a) None of the funds made available by the Department's current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation - (1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) that has 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, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer - (1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is not a corporation that has any unpaid Federal or State 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. (End of Provision) Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse- Solicitation (DEVIATION 2015-02) (March 2015) None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) Quotes Quotes must be received by Thursday, June 29, 2017 at 4:00 PM (Eastern). Quotation/offer and any accompanying information may be e-mailed to kelli.parker@ic.fbi.gov. Offers must be valid for 30 calendar days after submission. Please include in your quote: pricing and product description for each line item listed above. Quote may be sent via your company's standard quotation form but must include the following information: Tax ID #, DUNS #, Point of Contact with Email and telephone information. Evaluation Factors: Award will be made to the lowest price/technically acceptable offeror. SAM Requirement Note: Ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012, to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information. Please ensure that your company's SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization. FBI Procurement Risk Assessment (PRA): In addition, the required piece of equipment/software is considered a critical asset. PRIOR TO AWARD, THE INTENDED AWARDEE WILL BE REQUIRED TO SUBMIT DOCUMENTATION TO INCLUDE ACQUISISTION RISK QUESTIONS AND A KEY PERSONNEL LISTING. Once this information has been received it is anticipated that it will be 30-120 days before the delivery order is awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0005399/listing.html)
- Place of Performance
- Address: Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN04554520-W 20170624/170622235206-47fcdeec99f56c3236ef3954835eac5b (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 |