Federal Bid

Last Updated on 12 Dec 2013 at 3 PM
Combined Synopsis/Solicitation
Location Unknown

Altiris Software Renewals

Solicitation ID SP3300-10-Q-0199
Posted Date 17 Aug 2010 at 5 PM
Archive Date 12 Dec 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Distribution
Agency Department Of Defense
Location United states
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.

The solicitation number for this notice is SP3300-10-Q-0199. This is an unrestricted acquisition for vendors that can provide the required renewals for Altiris software. The NAICS code is 511210. The size standard is 1,000 employees.

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 August 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100713 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-36. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.

This procurement is for the purchase of Altiris software renewals for DLA Distribution Information Operations New Cumberland, PA. CLIN details are below:

CLIN 0001:
Software maintenance/renewal license for three hundred (300) copies of Altiris server management suite essential 500-999 to include upgrade download part number A2566249

CLIN 0002:
Software maintenance/renewal license for two hundred (200) copies of Altiris server management suite essential 500-999 elec sw download part number A2566238

This is a brand name requirement. Justification to restrict sources is as follows:
In order for DLA Distribution Information Operations to maintain their current capabilities it is necessary to renew their Altiris software licenses. If other than Altiris software were used the entire software suite would need to be replaced at a higher cost to the Government.

Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). Exact shipping addresses will be provided in the final award, if needed, or can be obtained from the Contract Specialist POC.

Note: The required period of performance is 14-Sep-2010 through 13-Sep-2011.

Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.

The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA).

The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/.

FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards.

NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov.

DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999)

Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer.

(End of Provision)

DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001)

(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.

(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.

(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer.
(End of Provision)


OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.

1. Quotations may be submitted in contractor format and shall include:
(1) Company name, address, telephone number, e-mail address, and FAX number
(2) Solicitation number
(3) Unit Price and extended prices for all CLINS
(4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code
(5) Signed acknowledgements of amendments (applicable only if any amendments are
issued against this solicitation)
(6) Offerors providing an item other than the brand name (Dell) should include product literature that demonstrates the ability of the item to meet all the salient characteristics. (See attachment 1)

2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.

FAR 13.106-2 Evaluations of Quotations or Offers - Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price and provides the required renewals for Altiris software and can meet the stated period of performance requirements.

FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply:

FAR 52.247-34 FOB Destination

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of
Executive Orders-Commercial Items (in paragraph (b)) the following clauses apply:

FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.222-25 Affirmative Action Compliance
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.225-13 Restriction on Certain Foreign Purchases
FAR 52.232-36 Payment by Third Party
FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply:

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.247-7023 Transportation of Supplies by Sea (ALT III)

DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items
Offerors must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal will render an offeror ineligible for award.
All questions and inquiries should be addressed via email to [email protected] Request for Quote Number SP3300-10-Q-0199. Pricing and representations/certifications are required NLT 11:00 AM EDT ON 24 AUGUST 2010. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Sep 2010 at 4 PM
Greig New york 21 Aug 2007 at 4 AM
Location Unknown 01 Dec 2014 at 8 PM
Location Unknown 13 Sep 2007 at 4 AM
Location Unknown 20 Jul 2004 at 5 AM

Similar Opportunities

New york New york 28 Jul 2025 at 4 PM
Winnett Montana 28 Jul 2025 at 7 PM
Billings Montana 21 Jul 2025 at 7 PM
New cumberland Pennsylvania 15 Jan 2026 at 5 AM (estimated)
Tracy California 29 Jul 2025 at 5 PM