SOLICITATION NOTICE
70 -- Solar Winds software licensing
- Notice Date
- 4/21/2020 8:57:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ACQUISITIONS - DIPLOMATIC SECURITY ARLINGTON VA 22209 USA
- ZIP Code
- 22209
- Solicitation Number
- 106920V1188
- Response Due
- 4/22/2020 12:00:00 AM
- Archive Date
- 10/19/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- AMENDMENT NOTICE: 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 106920V1188 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-04-22 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be ARLINGTON, VA 22209 The Department of State requires the following items, Brand Name Only (Exact Match), to the following: LI 001: SolarWinds Engineer's Toolset Per Seat License - Annual Maintenance Renewal 60182 SW2175854, 8, EA; LI 002: SolarWinds NetFlow Traffic Analyzer Module for SolarWinds item. Network Performance Monitor SL500 - Annual Maintenance 80214 SW2175854, 1, EA; LI 003: User Device Tracker v3 - UT2500 80389 SW2175854, 1, EA; LI 004: SolarWinds Virtualization Manager VM32 (up to 32 sockets) - Annual Maintenance Renewal 80419 SW2175854, 1, EA; LI 005: SolarWinds IP Address Manager IP1000 (up to 1024 IPs) - Annual Maintenance Renewal SolarWinds IP Address Manager IP1000 (up to 1024 IPs) - Annual Maintenance Renewal SW2175854, 1, EA; LI 006: SolarWinds Network Performance Monitor SL500 (up to 500 elements) - Annual Maintenance Renewal 80209 SW2175854, 1, EA; LI 007: SolarWinds Server & Application Monitor AL700 (up to 700 monitors) - Annual Maintenance Renewal 80221 SW2175854, 1, EA; LI 008: SolarWinds VoIP and Network Quality Manager IP SLA 25, IP Phone 1500 (up to 25 IP SLA source devices, 1500 IP phones) Disaster Recovery - License with Co-terminus Maintenance (maintenance must expire on same day as the non-redundant license) - Renewal 90082 SW2175854, 1, EA; LI 009: SolarWinds NetFlow Traffic Analyzer Module for SolarWinds Network Performance Monitor SL100 Disaster Recovery - License with Co-terminus Maintenance (maintenance must expire on same day as the non-redundant license) - Renewal 90101 SW2175854, 1, EA; LI 010: SolarWinds Web Help Desk Per Technician License (11 to 20 named users) - Annual Maintenance Renewal 18294 SW2175854, 20, EA; LI 011: SolarWinds High Availability for SolarWinds Orion - Annual Maintenance Renewal 80188 SW2175854, 1, EA; LI 012: SolarWinds VoIP and Network Quality Manager IP SLA 25, IP Phone 1500 (up to 25 IP SLA source devices, 1500 IP phones) - Annual Maintenance Renewal 80190 SW2175854, 1, EA; LI 013: SolarWinds Network Configuration Manager DL50 (up to 50 nodes) - Annual Maintenance Renewal 80199 SW2175854, 3, EA; LI 014: Kiwi Syslog Server - Single Install 12 Month Maintenance Renewal 80395 SW2175854, 2, EA; LI 015: SolarWinds Network Configuration Manager DL50 (up to 50 nodes) Disaster Recovery - License with Co-terminus Maintenance (maintenance must expire on same day as the non-redundant license) - Renewal 900892 SW2175854, 2, EA; LI 016: SolarWinds Network Configuration Manager DL50 (up to 50 nodes) Disaster Recovery - License with Co-terminus Maintenance (maintenance must expire on same day as the non-redundant license) - Renewal 90089 SW2175854, 2, EA; LI 017: SolarWinds NetFlow Traffic Analyzer Module for SolarWinds Network Performance Monitor SL100 - Annual Maintenance Renewal 80212 SW2175854, 2, EA; LI 018: SolarWinds Network Topology Mapper - Annual Maintenance Renewal 60188 SW2175854, 3, EA; LI 019: SolarWinds Network Performance Monitor SL100 (up to 100 elements) - Annual Maintenance Renewal 80207 SW2175854, 3, EA; LI 020: Upgrade of SolarWinds Network Performance Monitor SL100 to SL500 (up to 500 elements) - License Upgrade (Maintenance expires on same day as existing license) 1255280 SW2175854, 1, EA; LI 021: Upgrade of SolarWinds NetFlow Traffic Analyzer for SolarWinds NPM SL100 to SolarWinds NetFlow Traffic Analyzer for SolarWinds NPM SL500 - License Upgrade (Maintenance expires on same day as existing license) 3601 SW2175854, 1, EA; LI 022: Upgrade of SolarWinds Network Configuration Manager DL50 to DL100 (up to 100 nodes) - License Upgrade (Maintenance expires on same day as existing license) 4121 SW2175854, 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. Department of State 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer�s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer�s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a8c214a06d7e497081722382cc4e0f01/view)
- Place of Performance
- Address: ARLINGTON, VA 22209, USA
- Zip Code: 22209
- Country: USA
- Zip Code: 22209
- Record
- SN05631250-F 20200423/200422060407 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |