SOLICITATION NOTICE
70 -- SOLARWINDS DATABASE PERFORMANCE ANALYZER SOFTWARE MAINTENANCE RENEWAL
- Notice Date
- 2/26/2019
- Notice Type
- Combine Synopsis/Solicitation
- Contracting Office
- 705 WASHINGTON BLVD, FT.EUSTIS, VA 23604
- ZIP Code
- 22030
- Solicitation Number
- 0011269055
- Response Due
- 3/6/2019
- Archive Date
- 9/2/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 0011269055 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-03-06 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FT.EUSTIS, VA 23604 The MICC Fort Eustis requires the following items, Brand Name or Equal, to the following: LI 001: DATABASE PERFORMANCE ANALYZER CATEGORY 1 - ORACLE EE OR SYBASE ASE OR DB2, 9, EA; LI 002: DATABASE PERFORMANCE ANALYZER- CATEGORY2-MSSQL OR MYSQL OR ORACLESE OR EXPRESS, 28, EA; LI 003: LOG AND EVENT MANAGER- LEM500, 1, EA; LI 004: ORION NETWORK PERFORMANCE MONITOR-SLX, 1, EA; LI 005: SERVER & APPLICATION MONITOR ALX, 1, EA; LI 006: VIRTUALIZATION MANAGER PRIMARY-VM400, 1, EA; LI 007: For the Entire Sources Sought Announcement in order to comply and be considered please see the attachment. Email Responses Directly to: PAMELA.D.CARTER37.CIV@MAIL.MIL Offerors in order to be considered in the sources sought responses shall include the contractors DUNS Number with the response in order to ensure the Contractor is registered in System for Award Management (SAM) and size status., 1, EA; LI 008: 3. THIS IS A Sources Sought Notice ONLY. This is a Sources Sought Synopsis requesting information and does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) in the future. It should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. This Sources Sought is to assist with Market Research to determine if responsible sources exist and to determine if this effort can be competitive and/ or a total small business set aside. Accordingly, the U.S. Government highly encourages all interested small businesses to respond to this sources sought synopsis. All socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., any information which may help support a set-aside. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Eustis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Eustis is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or marketplacesupport@unisonglobal.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions 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 http://www.acqnet.gov/far. Funds are not presently available for this contract. The Government ™s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 1. Request for Information Only: A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability and understanding. This is not a request for Quote or proposal. This is a SOURCES SOUGHT announcement in order to determine Small businesses participation in the acquisition. No reimbursement will be made for any cost associated with providing information in response to this announcement. : It is the Government's intent to disable the FedBid reverse auction function for this requirement. The contractors for this RFI should submit one dollar for their proposal cost. The contractors will then need to upload their technical by the proposal due date. Information submitted must be in sufficient detail to allow for a thorough government review of firm's interest and capabilities. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/4a717ed16f19c414c7a5d48df08394b9)
- Place of Performance
- Address: FT.EUSTIS, VA 23604
- Zip Code: 23604
- Country: US
- Zip Code: 23604
- Record
- SN05233463-F 20190228/190226230041 (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 |