SOLICITATION NOTICE
D -- BMC Software Control-M Renewal - PWS Control-M
- Notice Date
- 3/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ0013-18-Q-0023
- Point of Contact
- Constance House, Phone: 703-697-9961, Erwin Cablay,
- E-Mail Address
-
constance.v.house.civ@mail.mil, erwin.c.cablay.civ@mail.mil
(constance.v.house.civ@mail.mil, erwin.c.cablay.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Redacted Brand Name J&A FAR 13.106-1(b)(2). PWS for Control-M, base year and two (2) option years, March 21, 2018-March 20, 2021 (i) 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. (ii) This solicitation document, HQ0013-18-Q-0023 is issued as a Request for Quote (RFQ). Defense Security Cooperation Agency (DSCA) DBO Contracting Office intends to award a commercial, firm fixed price contract. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-96, correction, effective November 8, 2017. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) The DSCA, Defense Security Assistance Development Center (DSADC) in Mechanicsburg, PA requires the annual renewal of maintenance for Control-M Distributed Systems and Control-M/Enterprise Manager maintenance. The licensing model that DSCA Mechanicburg uses must migrate to the new platform. The new licensing model requires DSCA to have a license for each endpoint. There is also a required fee to complete the migration. DSCA Mechanicburg is currently using Control-M with 9 endpoints and an additional 1 endpoint is needed for future growth. (v) This requirement is to solicit small businesses who are authorized resellers of BMC Software brand name Control-M software application. Please see the attached Performance Work Statement (PWS) for specific requirements. The applicable North American Classification System (NAICS) code is 541519 Computer Related Services. The small business size standard is $27.5 million. (vi) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The contractor shall provide Control-M Software Renewal and Maintenance Support Services for a base year and two option years. (vii) DSCA intends to purchase the services for the following Contract Line Items (CLINs): Base Year- March 21, 2018 through March 20, 2019 CLIN 0001 Control-M Workload Automation Platform (Base) Per Enterprise Extended License, Unit of Issue Each, Qty 1 CLIN 0002 Control-M Workload Automation Platform (Base) Per Enterprise Extended Support, Unit of Issue Each, Qty 1 CLIN 0003 Control-M Workload Automation Platform (Per Server Endpoint) Extended License, Unit of Issue Each, Qty 10 CLIN 0004 Control-M Workload Automation Platform (Per Server Endpoint) Extended Support, Unit of Issue Each, Qty 1 Option Year One (1) - March 21, 2019 through March 20, 2020 CLIN 0001 Control-M Workload Automation Platform (Base) Per Enterprise Extended License, Unit of Issue Each, Qty 1 CLIN 0002 Control-M Workload Automation Platform (Base) Per Enterprise Extended Support, Unit of Issue Each, Qty 1 CLIN 0003 Control-M Workload Automation Platform (Per Server Endpoint) Extended License, Unit of Issue Each, Qty 10 CLIN 0004 Control-M Workload Automation Platform (Per Server Endpoint) Extended Support, Unit of Issue Each, Qty 1 Option Year Two (2) - March 21, 2020 through March 20, 2021 CLIN 0001 Control-M Workload Automation Platform (Base) Per Enterprise Extended License, Unit of Issue Each, Qty 1 CLIN 0002 Control-M Workload Automation Platform (Base) Per Enterprise Extended Support, Unit of Issue Each, Qty 1 CLIN 0003 Control-M Workload Automation Platform (Per Server Endpoint) Extended License, Unit of Issue Each, Qty 10 CLIN 0004 Control-M Workload Automation Platform (Per Server Endpoint) Extended Support, Unit of Issue Each, Qty 1 (viii) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.252-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows. (ix) A single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote, as determined by the evaluation criteria herein with due consideration to the order of importance. (x) Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Quotes will be evaluated on an 'acceptable' or 'unacceptable' basis. Quotes will be evaluated for acceptability and shall meet the minimum requirements in order to be considered awardable. Past performance information will also be obtained from all electronic databases and other sources available to the government. Past performance will be rated on an 'acceptable' or 'unacceptable' basis. (xi) The Contractor shall submit a proposal that meets the minimum requirements of the PWS and be an authorized reseller of BMC Software, Control-M software application. (xii) The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. (xiii) Price - The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) basis for award. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards. (xiv) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xvi) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvii) 52.212-2 -- Evaluation -- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. 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). (xviii) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix) Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006)\ 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) 52.217-5 Evaluation of Options (Jul 1990) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern (Oct 2014) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Rerepresentation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.232-40, Providing Accerlerated Payments to Small Business Subcontractors (Dec 2013) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.) 52.232-23 Assignment of Claims (Jan 1986) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-13 Bankruptcy (Jul 1995) 52.246-4, Inspection of Services - Fixed Price (Aug 1996) 52.249-1, Termination for the Convenience of the Government (Fixed Price) (Short Form) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of Inspector General (Apr 2012) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text of the clauses or provisions may be accessed electronically at one of the following links://www.deskbook.osd.mil, http://farsite.hill.af.mil, http://www.arnet.gov/far. (xx) Submission Requirements: Questions shall be submitted by Thursday, March 8, 2018, 11:00 am Eastern Standard Time (EST) via email to: constance.v.house.civ@mail.mil. Quotes shall be submitted by Thursday, March 15, 2018, 11:00 EST with the line item breakdown provided within this combined synopsis/solicitation. Quotes shall be submitted via email to: constance.v.house.civ@mail.mil, with the Subject Line 'HQ0013-18-Q-0023, Control-M Renewal for DSAC Mechanicsburg. Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-18-Q-0023/listing.html)
- Place of Performance
- Address: Defense Security Assistance Development Center, Mechanicsburg, Pennsylvania, 17050, United States
- Zip Code: 17050
- Zip Code: 17050
- Record
- SN04843130-W 20180307/180305231520-cbb2d8c828cdc5cda2a7ea836d537ee9 (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 |