Federal Bid

Last Updated on 23 Jun 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Uptime Software Maintenance

Solicitation ID F3QCCL1129A001
Posted Date 17 May 2011 at 3 PM
Archive Date 23 Jun 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pk/Pz - Robins Afb
Agency Department Of Defense
Location United states

This is a Combined Synopsis/Solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This constitutes the only solicitation. Quotes are being requested, and a separate written solilitation will not be issued.

THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACE AGAIST AN FSS WILL NOT BE CONSIDERED.

SMALL BUSINESS SIZE STANDARD:
(a)NAICS: 511210
(b)Dollar amount: $23,000,000.00

The Purchase of Uptime Software Support, 1 Basic year Lot Plus 3 Annual Options.
Period of performance (POP Basic year) 30 June 2011 to 29 June 2012
Opt I POP 30 June 2012 to 29 June 2013
Opt II POP 30 June 2013 to 29 June 2014
Opt III POP 30 June 2014 to 29 June 2015

Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your CAGE code, DUNS number, and tax payer ID number. Requested delivery date is 30 days ARO or earlier.

Manufacturer: UPTIME Software

Justification for Brand Name Only:
In an effort to insure we are meeting customer expectations as outlined in our service level agreements, we must have monitoring software on all servers that have migrated to the 78 ABW/SCOH Robins Enterprise Data Center (REDC). We currently have 275 Uptime client licenses. We must use the same software across all servers in order to reduce manpower and training requirements. No other vendor provides the same software.

The following clauses are applicable to subject solicitation (current through FAC 2005-23 dated 25 Jan 08 and DFARS change notice 20080110

FAR 52.212-1 Instructions to Offerors
FAR 52.212-2 Evaluation- Commercial Items
FAR 52.212-3 Offeror Reps and Certs /Commercial Items
FAR 52.212-4 Contract Terms and conditions/ Commercial Items
FAR 52.212-5 Contract Terms and Conditions required to Implament Statutes or Executive orders/Commercial Items, and DFARS 252.212-7000
FAR52.247-34 FOB DEStination
DFARS 252.211-7003 Identifacation and Valuation (Applicable if item is over $5K)
DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing Invoices/receiving reports)

In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors.
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov
Oral procedures will be used for this Solicitation.

Quotations may be faxed to 478-497-3061 or email [email protected] no later than 25 May 2011, 3:30 p.m. EST

The anticapated award date will be on or before 29 May, 2011

 

Bid Protests Not Available

Similar Past Bids

Ellsworth Pennsylvania 28 Jan 2013 at 11 PM
Robins air force base Georgia 14 Sep 2009 at 5 PM
Ellsworth air force base South dakota 05 Dec 2012 at 9 PM
Ellsworth air force base South dakota 13 Dec 2011 at 5 PM
Location Unknown 23 May 2005 at 5 AM

Similar Opportunities

Warren Michigan 18 Jul 2025 at 8 PM
Asheville North carolina 20 Aug 2025 at 4 AM (estimated)
Washington District of columbia 15 Nov 2025 at 10 PM
California city California 25 Jul 2025 at 9 PM