Federal Bid

Last Updated on 31 May 2012 at 8 AM
Combined Synopsis/Solicitation
Bureau Illinois

Eucalyptus Enterprise Software

Solicitation ID NB180000-12-01994
Posted Date 09 Apr 2012 at 3 PM
Archive Date 31 May 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Bureau Illinois United states
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51.

The associated North American Industrial Classification System (NAICS) code for this procurement is 511210. This acquisition is being procured as a small business set-aside.

The Enterprise Systems Division (ESD) of the Office of Information Systems Management (OISM) at the National Institute of Standards and Technology (NIST) is seeking to obtain cloud management software to deploy a hybrid private (on-premise) and public cloud Infrastructure as a Service (IaaS) that uses NIST's existing VMware ESX infrastructure and supports AWS-compatible public cloud resources. ESD's goal is to offer NIST's Scientists an on-demand, self-service portal to IT resources using NIST's own IT resources and IT resources in public cloud space.

There are many cloud products in the market place, but NIST has determined Eucalyptus Enterprise Edition is the only IaaS cloud management software currently on the market that is built open source and supports private and public cloud infrastructure.

The purpose of this acquisition is to obtain a cloud-based software solution and professional services that will provide an on-demand, self-service Infrastructure as a Service (IaaS) offering to OISM's customers. In particular, NIST requires the contractor to complete a rapid deployment of an on-premise IaaS cloud that:

1. Supports both private and public clouds and KVM and VMware hypervisors under a single cloud management console
2. Supports the industry standard Amazon Web Services (AWS) API
3. Provides a self-service web interface to allow NIST's users to request, provision, and deploy cloud resources
4. Supports cloud resource allocation defined by users and groups
5. Provides compute and storage usage data for reporting and chargeback
6. Built on open source core cloud management software
7. Enable NIST to acquire expertise and gain knowledge on cloud architecture, configuration, and administration


All line items are BRAND NAME ONLY requirements. These brand name products are required because they are the only brand that meets the agency's needs.

All interested Contractors shall provide a firm fixed price quote for the following:

Line item 0001: Quantity: Five (5) ea.

Eucalyptus Capacity Grade 1 (ECG1) - Standard Support - P/N 415012
Eucalyptus Enterprise Edition ECG1 (4-24 cores/server). Priced per server, as defined in the quantity field. Includes Standard Support, M-F 9am-5pm PST, excluding holidays. Priced for a one year term and renewed annually. Includes use of all Enterprise Edition features.

Line item 0002: Quantity: One (1) ea.
EucaStart Consulting Service - P/N 707007
The Eucalyptus EucaStart consulting service provides IT organizations with a rapid, cost-effective implementation of a Eucalyptus on-premise cloud and accelerated knowledge transfer on installation, configuration, and administration guided by a Eucalyptus expert. Price does not include instructor T & E.

Line item 0003: Quantity: One (1) ea.
Travel & Expenses Domestic - P/N 808001
Travel & Expenses (T & E) for on-site consulting, training and/or professional services. All inclusive for duration of quoted work performed. Invoiced based on actual expenses incurred.

Period of Performance: One year starting from the date of NIST acceptance of licenses. The duration of the on-site consulting is 4 days.

Delivery Terms

Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.

The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640.

Technical Evaluation Criteria

Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate the offeror's quote and award to the lowest priced, technically acceptable offeror.

Quotation Submission Instructions

All vendors shall submit the following to Willie Lu, Contract Specialist at [email protected]: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted.

This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR
The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation.

All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on April 13, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at [email protected]

Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at [email protected]

The full text of a FAR provision or clause may be accessed electronically at
http://acquisition.gov/comp/far/index.html.

The following provisions apply to this acquisition:
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offerors Representations and Certifications- Commercial Items.

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following clauses apply to this acquisition:
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs:
52.219-28 Post-Award Small Business Program Representation;
52.222-3, Convict Labor;
52.222-19 Child Labor - Cooperation with Authorities and Remedies;
52.222-21, Prohibition of Segregated Facilities;
52-222-26, Equal Opportunity;
52.222-36, Affirmative Action for Workers with Disabilities;
52.223-18, Contractor Policy to Ban Text Messaging While Driving.
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act.
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.
52.237-2, Protection of Government Buildings, Equipment, and Vegetation;
52.247-34, FOB Destination; and
Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm

Bid Protests Not Available

Similar Past Bids

Bureau Illinois 22 Mar 2012 at 6 PM
Location Unknown 15 Aug 2003 at 5 AM
Moreno valley California Not Specified
Moreno valley California Not Specified
Vandenberg air force base California 17 Apr 2012 at 5 PM