The government intends to solicit quotes and award a contract to an Oracle authorized reseller only. Certificate authorizing reselling authority must accompany quote.
Only those quotes meeting the following criteria will be considered; All or nothing, New condition only, absolutely no refurbished or used parts, no part number substitutions, authorized Sun reseller and current Central Contractor Registration. This requirement is for Sun Microsystems/Oracle hardware and associated components with installation and support (see Attachment 1 Statement of Work) in support of the Pension Benefit Guaranty Corporation, Office of Information Technology Department.
Delivery is to the Pension Benefit Guaranty Corporation, 1200 K Street, NW, Washington DC 20005. Inspection and acceptance are Government location. FOB Destination. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the lowest priced technically acceptable offer with acceptable past performance.
Technical acceptability will be based on the Offerors ability to provide the required items within the specified delivery time and an acceptable past performance based on submission of references.
The Offeror shall submit three (3) references for services of comparable scope and complexity as described in Attachment 1. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, and commercial customers.
The list of the 3 references shall include the following information for each contract and/or subcontract: i) Contact Person; ii) Company Name; iii) Contract Value; iv) Contact Phone Number; v) Contact email address.
Offeror's should notify each of their private-sector (commercial) references that they may be contacted by the PBGC and authorize them to provide the past performance information requested. References other than those identified by the Offeror may be contacted by the Government, and the information received from them may be used in the evaluation of the offeror's past performance.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I (Offerors must submit a completed copy of the Representations and Certifications with their offer); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (a), (b)(1), (5), (7), (11-16), (21), (24), (d) and (e). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation.
LOCAL PBGC Clauses:
PBGC-04-004 PBGC INFORMATION SECURITY (DEC 2009)
The provider of information technology shall adhere to:
1) Federal statutes,
2) Office of Management and Budget (OMB) guidance,
3) National Institute of Standards and Technology Federal Information Processing Standards and PBGC implementation of Security Guidelines (800 Series), (See 5a -- IM 05-2 below.)
4) Federal Information Systems Controls and Audit Manual (FISCAM), and
5)PBGC Orders relating to information security including:
a) IM 05-2 Information Technology Security Policies, http://www.pbgc.gov/docs/im_05_2.pdf
b) IM 05-7 Information Technology Solutions Life Cycle Methodology (ITSLCM), http://www.pbgc.gov/docs/im_05_7.pdf and
c) IM 05-4 Use of Information Technology Resources. http://www.pbgc.gov/docs/Im_05_4.pdf
The provider of information technology shall comply with PBGCs implementation of the following control frameworks including the:
Capability Maturity Model - Integrated (CMMI),
Control Objectives for Information and Related Technologies (COBIT), and
Information Technology Infrastructure Library (ITIL); and
In addition, the provider of information technology shall certify the following:
Applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). Once PBGC approves for implementation, this also includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista).
a)For the Windows XP settings, see: http://csrc.nist.gov/itsec/guidance_WinXP.html, and
b)for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.
The standard installation, operation, maintenance, updates, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.
Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.
(End of Clause)
PBGC-04-006 COMMON SECURITY CONFIGURATIONS FOR INFORMATION TECHNOLOGY ACQUISITION (NOV 2009)
In acquiring Information Technology (IT) assets for the Government, the Contractor shall incorporate and comply with the latest version of all applicable information technology security policies and requirements, including, but not limited to, those published by PBGC, and the common security configurations defined by the National Institute of Standards and Technology [NIST] at http://web.nvd.nist.gov/view/ncp/repository and http://checklist.nist.gov which are generally for desktop operating systems (Windows XP or VISTA). When incorporating such security configuration requirements in contracts, the contractor can consult with the Contracting Officer's Technical Representative to determine the appropriate configuration reference for a particular system or services acquisition. The Contractor shall ensure all its subcontractors which perform work under this contract comply with the above requirements
PBGC-32-004 SUBMISSION OF INVOICES (SAP) (APR 2011)
The Contractor shall submit invoices for items and/or services rendered either by e-mail to: [email protected] or by mail to:
Pension Benefit Guaranty Corporation
Comptroller Operations Div/General Accounting Branch
1200 K Street, N.W., Suite 640
Washington, D.C. 20005-4026
All inquiries concerning payment should be directed to the General Accounting Branch at (202) 326 4062 #0 or by e-mail: [email protected]
The Contractor must include the following information and/or attached documentation for the invoice to be considered proper. Invoices, which do not contain all the required information, may be returned to the vendor unpaid for correction and resubmission.
- Name and address of Contractor
- Invoice date and invoice number
- Purchase/Delivery Order Number
- Shipping and payment terms Name and address for Contractor official to whom payment is to be sent (must be same as that in the order or in a proper notice of assignment)
- Name (where practicable), title, phone number and mailing address of person to notify in the event of a defective invoice
-Taxpayer Identification Number (TIN)
- Description, quantity, unit of measure, unit price and extended price of supplies delivered or services performed
- Expenditures and hours of effort expended by individual during the reporting period (if applicable)
- If applicable, for each invoice covering travel expenses incurred, mileage records and copies of receipts from actual transportation costs and accommodations shall be included as supportive material for each invoice.
NOTE: PBGC authorization must be obtained prior to incurring any travel expenses for which the Contractor requests reimbursement.
PBGC-39-001 ELECTRONIC AND INFORMATION TECHNOLOGY (OCT 2004)
The contractor shall ensure that all electronic and information technology (EIT) procured, developed, maintained, used or delivered under this contract meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov and http://www.access-board.gov/508.htm
Quotes must be received by no later than 4:00 PM EST, September 14, 2011 and shall be emailed to [email protected] (any attachments should be in Microsoft format or PDF) and must not exceed 2MB.
For information regarding this combined synopsis/solicitation, email [email protected] .