Federal Bid

Last Updated on 23 May 2019 at 3 PM
Combined Synopsis/Solicitation
Fishers New york

BRAND NAME ONLY: SUMO LOGIC software upgrade

Solicitation ID RML-RFQ-1968812
Posted Date 23 May 2019 at 3 PM
Archive Date 23 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Fishers New york United states
FedBizOps Synopsis

Title: BRAND NAME ONLY: SUMO LOGIC software upgrade
Solicitation Number: RFQ-RML-1968812

Description:
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-1968812 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number/Effective Date: FAC 2019-02/05-06-2019

The North American Industry Classification System (NAICS) code for this procurement is 511210, Software Publishers, with a small business size standard of $38.5 Million. This requirement is set aside exclusively for small business. The acquisition is being competed full and open with brand name restrictions.

The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Laboratory of Infectious Disease (LID).

Brand Name Only Requirements:
SUMO LOGIC Upgrade Reserved Service/Logs, Metics & Support Service Fee
(pro-rated - 6 months). Adding 40 GB/day=50 GB. Add 3640 GB=4550 GB. Add 1000 DPM = 2000 DPM
(See attached Bill of Material for more information)

DELIVERY: FOB Point shall be Destination, Rockville, MD. Place of Performance is NIH/NIAID, 5601 Fishers Lane, Rockville, MD 20852

Quote submissions must include the following:
(1) Must be an authorized CERTIFIED PARTNER/reseller/service provider by RFQ Closing and stated on quote;
(2) Items on quote must be listed in order of our equipment list

The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery time, warrant, and price and the best value to the government.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2018)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 2018)

Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)
FAR 52.204-7 System for Award Management (July 2013)
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2018)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.227-19 Commercial Computer Software License Dec 2007
FAR 52.232-39 Unenforceability of Unauthorized Obligations FOR SOFTWARE LICENSE
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from https://www.acquisition.gov/browsefar
& https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than Wednesday May 29, 2019 at 10:00 A.M. EASTERN TIME.

Offers may be mailed, e-mailed to [email protected]
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ [email protected]

 

Bid Protests Not Available