United States - 70--IBM Software Maintenance Agreement (SWMA) Renewal

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 December 2019
Opportunity publication date
05 November 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Nov 04, 2019 2:06 pm

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 W9124d-20-Q-0016 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 22020-01. 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 an [ Women-Owned 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 will end on 2019-12-04 14:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be N Chicago, IL 60064

The MICC Fort Knox requires the following items, Brand Name or Equal, to the following:
LI 001: AIX Standard Edition: Type 9110, Model 510, SN-0000AFB6D, D5, Full Shift, Chargeable Processors #2. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, Full Shift, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 002: Software Maintenance, AIX Standard Edition: Type 9117, Model 570, SN-0000AFBAD, F5, Full Shift, Chargeable Processors #8. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 003: Software Maintenance, AIX Standard Edition: Type 9113, Model 550, SN-0000D9FCF, E5, Full Shift, Chargeable Processors #4. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 004: Software Maintenance, AIX Standard Edition: Type 9131, Model 52A, SN-00004706G, D5, Full Shift, Chargeable Processors #2. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 005: Software Maintenance, AIX Standard Edition: Type 9110, Model 51A, SN-00000A8A0, D5, Full Shift, Chargeable Processors #2. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 006: Software Maintenance, AIX Standard Edition: Type 9133, Model 55A, SN-000044CDH, E5, Full Shift, Chargeable Processors #4. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 007: Software Maintenance, AIX Standard Edition: Type 8234, Model EMA, SN-0000D68E4, E5, Full Shift, Chargeable Processors #16. Manufacturer: IBM Corporation, Part Number: SWMA for AIX STD Edition, C/N - 09335009, Reinstatement Charge - N/A, 1, EA;
LI 008: Account Advocate Systems i/p per server: Type 9110, Model 510, SN-0000AFB6D, D5, Full Shift, and Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 009: Account Advocate Systems i/p per server: Type 9117, Model 570, SN-0000AFBAD, F5, Full Shift, and Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 010: Account Advocate Systems i/p per server: Type 9113, Model 550, SN-0000D9FCF, E5, Full Shift, and Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 011: Account Advocate Systems i/p per server: Type 9131, Model 52A, SN-00004706G, D5, Full Shift, Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. C/N - 09335009, Reinstatement Charge, 1, EA;
LI 012: Account Advocate Systems i/p per server: Type 9110, Model 51A, SN-00000A8A0, D5, Full Shift, and Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 013: Account Advocate Systems i/p per server: Type 9133, Model 55A, SN-000044CDH, E5, Full Shift, and Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 014: Account Advocate Systems i/p per server: Type: 8234, Account Advocate Systems i/p: EMA, SN-0000D68E4, E5, Full Shift, Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 015: Account Advocate Systems i/p Base Type: 8234, Model EMA, SN-0000D68E4; Type 9110, Model 51A, SN-00000A8A0; Type 9110, Model 510, SN: 0000AFB6D Type 9113, Model 550, SN: 0000D9FCF Type 9117, Model 570, SN: 0000AFBAD Type 9131, Model 52A, SN: 00004706G Type 9133, Model 55A, SN: 000044CDH Full Shift Manufacturer: IBM Corporation, Part Number: CTS AIX IBMI PER SERVER. CTS AIX IBMI PER SERVER - (Account Advocate Systems i/p Base) Description Account Advocate/ESSENTIAL AIX & IBMi Base Charge for Seven (7) servers, Full Shift, C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 016: SWMA USA CITZ Support AIX: Type 9110, Model 510, SN-0000AFB6D, D5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 017: SWMA USA CITZ Support: AIX: Type 9117, Model 570, SN-0000AFBAD, F5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A, 1, EA;
LI 018: SWMA USA CITZ Support AIX: Type 9113, Model 550, SN-0000D9FCF, E5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 019: SWMA USA CITZ Support AIX: Type 9131, Model 52A, SN-00004706G, D5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 020: SWMA USA CITZ Support AIX: Type 9110, Model 51A, SN-00000A8A0, D5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A, 1, EA;
LI 021: SWMA USA CITZ Support AIX: TYPE 9133, Model 55A, SN-000044CDH, E5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;
LI 022: SWMA USA CITZ Support AIX: TYPE 8234, MODEL EMA, SN-0000D68E4, E5. Manufacturer: IBM Corporation, Part Number: SWMA USA CITZ. C/N - 09335009, Reinstatement Charge - N/A., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers 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, MICC Fort Knox 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. MICC Fort Knox 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 Offerers 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. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers 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.
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.acqnet.gov/far.

The following DFARS clauses are applicable under DFARS: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

New equipment ONLY, NO remanufactured or used products. No "GREY" market items.

FOB Destination CONUS (CONtinental U.S.)

Bid MUST be good for 30 calendar days after submission

No partial shipments unless otherwise specified at time of order

In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL

The Buy American Certificate, when attached, must be completed and faxed to 502-624-7165 before the end date and time of this solicitation. Digital copies of the certificate may be emailed to MarketplaceSupport@unisonglobal.com.

52.204-7-System for Award Management

52.212-1-Instructions to Offerors

52.212-3 (ALT I)-Reps & Certs

52.222-22-Previous Contracts and Compliance Reports

52.222-25-Affirmative Action Compliance

52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs

52.252-1-Provisions by Reference

252.203-7005-Representation Relating to Compensation of Former DoD Officials

252.225-7000-Buy American Statute--Balance of Payments Program Certificate

52.204-13-System for Award Management Maintenance

52.212-4-Contract Terms & Conditions

52.212-5-Contract Terms & Conditions

52.219-6-Notice of SB Set-Aside

52.232-18-Availability of Funds

52.232-39-Unenforceability of Unauthorized Obligations

52.232-40-Providing Accelerated Payments to Small Business Subcontractors

52.252-2-Clauses by Reference

252.203-7000-Requirements Relating to Compensation of Former DoD Officials

252.203-7002-Requirement to Inform Employees of Whistleblower Rights

252.204-7003-Control of Government Personnel Work Product

252.204-7004 Alt A-System for Awards Management

252.204-7012-Safeguarding of Unclassified Controlled Technical Information

252.211-7003-Item Identification & Valuation

252.225-7001-Buy American and Balance of Payments Program

252.225-7002-Qualifying Country Sources for Subcontractors

252.232-7003-Electronic Invoicing

252.232-7006-Wide Area Workflow Payment Instructions

252.232-7010-Levies on Contract Payments

252.244-7000-Subcontracts for Commercial Items

252.247-7023-Transportation of Supplies by Sea

5152.233-4000-AMC Level Protest Program

52.204-7-System for Award Management

52.212-1-Instructions to Offerors

52.212-3 (ALT I)-Reps & Certs

52.222-22-Previous Contracts and Compliance Reports

52.222-25-Affirmative Action Compliance

52.225-25-Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps & Certs

52.252-1-Provisions by Reference

252.203-7005-Representation Relating to Compensation of Former DoD Officials

252.204-7004-Alternate A, System for Award Management

252.209-7002-Disclosure of Ownership or Control by a Foreign Gov't

252.209-7993-Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations

52.204-9-Personal Identity Verification of Contractor Personnel

52.204-13-System for Award Management Maintenance

52.212-4-Contract Terms & Conditions

52.212-5-Contract Terms & Conditions

52.219-6-Total SB Set-Aside

52.222-99 (DEV)-Establishing a Minimum Wage for Contractors

52.222-41-Service Contract Act of 1965, as Amended

52.232-39-Unenforceability of Unauthorized Obligations

52.232-40-Providing Accelerated Payments to Small Business Subcontractors

52.237-2-Protection of Government Buildings, Equipment and Vegetation

52.252-2-Clauses by Reference

252.203-7000-Requirements Relating to Compensation of Former DoD Officials

252.203-7002-Requirement to Inform Employees of Whistleblower Rights

252.204-7003-Control of Government Personnel Work Product

252.204-7004 Alt A-System for Awards Management

252.204-7005-Oral Attestation of Security Responsibilities

252.204-7012-Safeguarding of Unclassified Controlled Technical Information

252.232-70030-Electronic Invoicing

252.232-7006-Wide Area Workflow Instructions

252.232-7010-Levies on Contract Payments

252.246-7004-Safety of Facilities, Infrastructure and Equipment for Military Operations

252.247-7023-Transportation of Supplies by Sea

5152.233-4000-HQ AMC Level Protest Program

Award will be made in the aggregate to the lowest priced,

responsive, responsible offeror. Failure to submit a price on all items will

render the quote non-responsive.

Opportunity closing date
04 December 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army FedBid.com -- for Department of Army procurements only United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?