The RFP Database
New business relationships start here

OPTION - VMWare Virtualization Software and Services


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 75H70419Q00048 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-18 15:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Rockville, MD 20857The DHHS IHS Indian Health Service requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 07/30/2019 - 07/29/2020LI 001: Current Install Base with Support for 1 Year (see attached "current install base" for additional info) - Base Year Maintenance, 1, LOT;LI 002: 1 - U.S. Federal Tier 1 - Technical Account Manager for 1 Year (Base Year), 1, EA;LI 003: 108 - U.S. Federal VMware vSAN 6 Enterprise for 1 processor (NEW), 1, EA;LI 004: 108 - U.S. Federal Production Support Subscription for VMware vSAN 6 Enterprise for 1 Processor for 5 years (New), 1, EA;LI 005: 1 U.S. Federal VMware Site Recovery Manager 8 Enterprise (25 VM Pack-NEW), 1, EA;LI 006: 1 U.S. Federal Production Support Subscription for VMware Site Recovery Manager 8 Enterprise for 5 year (25 VM Pack-NEW), 1, EA;Option 1 Period of Performance: 07/30/2020 - 07/29/2021LI 001: Current Install Base with Support for 1 Year (see attached "current install base" for additional info) - Option Year 1 Maintenance, 1, LOT;LI 002: 1 - US Federal Tier 1 - Technical Account Manager for 1 Year (Option Year 1), 1, EA;Option 2 Period of Performance: 07/30/2021 - 07/29/2022LI 001: Current Install Base with Support for 1 Year (see attached "current install base" for additional info) - Option Year 2 Maintenance, 1, LOT;LI 002: 1 - US Federal Tier 1 - Technical Account Manager for 1 Year (Option Year 2), 1, EA;Option 3 Period of Performance: 07/30/2022 - 07/29/2023LI 001: Current Install Base with Support for 1 Year (see attached "current install base" for additional info) - Option Year 3 Maintenance, 1, LOT;LI 002: 1 - US Federal Tier 1 - Technical Account Manager for 1 Year (Option Year 3), 1, EA;Option 4 Period of Performance: 07/30/2023 - 07/29/2024LI 001: Current Install Base with Support for 1 Year (see attached "current install base" for additional info) - Option Year 4 Maintenance, 1, LOT;LI 002: 1 - US Federal Tier 1 - Technical Account Manager for 1 Year (Option Year 4), 1, EA;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, DHHS IHS Indian Health Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS IHS Indian Health Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.This procurement is set-aside for Indian Small Business Economic Enterprises (ISBEE) in accordance with 25 USC 47, Buy Indian Act.Responses SHALL ADDRESS EACH OF THE FOLLOWING INFORMATION
1. Name of Firm, Point of Contact, Mailing Address, Telephone Number and DUNS number.
2. Identification of the appropriate certified IEE or ISBEE eligibility.
3. Proof of VMware authorized reseller
4. A brief description of experience providing these types of software and services including dollar value of previous work performed within the past three years.Upon award of a bid, the contract is effective IMMEDIATELY for one year with the four additional option years (or are subject to change via awardable result).New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.Bid MUST be good for 30 calendar days after close of Buy.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures.

52.204-7

52.212-3

52.213-4

52.222-36

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP