The RFP Database
New business relationships start here

HP Network Automation Software


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

 
•(1)               Action Code: N/A

 

•(2)               Date: July 15, 2015


 

•(3)               Year: 2015


 

•(4)               Contracting Office Zip Code: 19111


 

•(5)               Classification Code: 541519


 

•(6)               Contracting Office Address:


 

DLA Contracting Services Office Philadelphia

700 Robbins Avenue, Building # 26/2, North Side

Philadelphia, PA 19111

 

•(7)               Subject:  HP Network Automation Software

 

•(8)               Proposed Solicitation Number: SP4701-15-Q-0950


 

•(9)               Closing Response Date: July 22, 2015 (12:00 PM EST)


 

•(10)           Contact Point: Joseph Tierney: Joseph.Tierney@DLA.Mil 215-737-4714


 

•(11)           Contract Award: NA


 

•(12)           Contract Award Dollar Amount: NA


 

•(13)           Contract Line Item Number: See section (16) below


 

•(14)           Contract Award Date: NA


 

•(15)           Contractor NA


 

•(16)           Description:


 

•(i)                 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement shall be 100% set-aside for small business and competition restricted to only those dealers/resellers of HP Software products.   


 

•(ii)               Solicitation Number: SP4701-15-Q-0950


 


 

•(iii)             This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66.

•(iv)             The North American Industrial Classification System (NAICS) code for this acquisition is 541519.

 

•(v)               BASIS FOR AWARD:  Award shall be made to a responsible, eligible small business concern whose proposal represents the lowest priced, technically acceptable offer under the current requirement and is a certified dealer or reseller of HP Products.  Quoters are to submit on their company letter head that they are an authorized dealer or reseller of HP Products..  Failure to provide such documentation will render your proposal ineligible for award.  


 

•(vi)             Schedule of Items/Statement of Work:


Defense Logistics Agency (DLA) CSR Pac is responsible for procuring brand name HP Network Automation Software in support of the DLA Transaction Services office in Wright Patterson, OH. 


 


 





CLIN



Part Number



Description



Qty.



Unit Price



Total Price





0001



T8979AA9x5



HP NA Std Core Svr 1-1000 Nodes SW LTU

HP Support Updates 9x5 HP



1



 



 





0002



T9001A9X5



HP NA perNode 100-249 Mngd Node SW LTU HP Support and Updates 9x5 HP



200



 



 





0003



T8975BA9X5



HP Network Auto 7.01 Win Eng SW media



1



 



 





0004



HH499AC9X5



HP SW BSA Essen Sec Comply 9X5 HP



12



 



 





Total Price for All Items:



 






 

•(vii)           Delivery of software products and licenses is required for the following period of performance (POP):  1 year from date of award

 

•(viii)         The FAR provision, 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and the following addenda are added to this provision:

 

•1.      Addendum to 52.212-1(c)  Period for acceptance of offers.

   Period of acceptance is __4__ days.

 

•2.      Addendum to 52.212-1(e)  Multiple offers.

   Alternative commercial items may not be considered for award on this instant acquisition, however, may be utilized for market research on future requirements.

 

•3.      Addendum to 52.212-1(g) Contract Award.

           If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

 

•4.      Addendum to 52.212-1(h)  Multiple awards.

          The Government intends to make one award.

          The Government may make more than one award.

          Offers may be submitted for quantities less than those specified.

 

Note:  Competitive range is comprised of all the most highly rated proposals.  The competitive range may be limited, in accordance with FAR 15.306 (c)(2), to only those highly rated proposals that stand a reasonable chance of award in this acquisition. 

 

•5.      Addendum to 52.212-1(j)  Data Universal Numbering System (DUNS) Number

 

The requirement to provide a DUNS number with the offer applies at all dollar values if the offeror is required to register in the Central Contractor Registration (CCR) Database in accordance with DFARS clause 252.204-7004.

 

•6.      Addendum to 52.212-1(k): Contract clauses incorporated by reference 

 

The clauses listed below are incorporated by reference with the same force and effect as if they were given in full text.  Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at these addresses:

 

FAR, DFARS, and DLAD:  http://farsite.hill.af.mil/

 

FAR 52.214-34              Submission of Offers in the English Language (APR 1991)

FAR 52.214-35              Submission of Offers in U.S. Currency (APR 1991)

FAR 52.222-24               Pre-Award On Site Equal Opportunity Compliance Evaluation (FEB 1999)

DFARS 252.227-7015    Technical Data - Commercial Items (DEC 2011)

 

 

•7.      Addendum to 52.212-1(l):  

 

SPECIAL INSTRUCTIONS / CONDITIONS / NOTICES TO OFFERORS FOR SUBMITTAL OF SOURCE SELECTION PROPOSAL INFORMATION

 

•(1)   Proposal Organization:

 

•a.       This RFP will be posted to the Federal Business Opportunities website under NAICS code 432610.

•b.      Offeror's shall submit a proposal with a total price for CLIN 0001 - 0006. Within the proposal, the offeror shall provide a breakdown of the unit prices for each CLIN in Section (vi) of this RFP.

•c.       Proposals shall be submitted electronically to:  Joseph.Tierney@dla.mil

•d.      Offers are due no later than 12:00 PM, Eastern Time on July 22, 2015.

 

•(ix)             The FAR provision, 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The evaluation criterion for the technical proposal and price proposal is set forth in paragraph below.

 

The Government will award a contract to the offeror who proposes all required items as noted within this solicitation, on a lowest priced, technically acceptable basis.

 

•(x)               Offerors shall include a copy of the FAR provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000.

 

•(xi)             The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and the following addenda are added to this provision.

 

ADDITIONAL ADDENDUM TO FAR 52.212-4

 

CONTRACT CLAUSES INCORPORATED BY REFERENCE:

 

THE CLAUSES LISTED BELOW ARE INCORPORATED BY REFERENCE WITH THE SAME FORCE AND EFFECT AS IF THEY WERE GIVEN IN FULL TEXT.  UPON REQUEST, THE CONTRACTING OFFICER WILL MAKE THEIR FULL TEXT AVAILABLE.  A CLAUSE WITH AN AUTHORIZED DEVIATION IS SO MARKED AFTER THE DATE OF THE CLAUSE.  (Also, the full text of solicitation clauses and provisions may be accessed electronically at the following websites): 

 

FAR, DFARS, DLAD, and DSCP Local Clauses - http://farsite.hill.af.mil/

 

 

CLAUSE NUMBER                                                                        TITLE/DATE

                                                             

FAR 52.204-7                                                  System for Award Management (JUL 2013)

FAR 52.204-9                                                  Personal Identity Verification of Contractor (JAN 2011)

FAR 52.209-6                                                  Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013)

FAR 52.211-17                                                Delivery of Excess Quantities (SEP 1989)

FAR 52.222-3                                                  Convict Labor (JUN 2003)

FAR 52.222-19                                                Child Labor - Cooperation with Authorities and Remedies (JAN 2014)

FAR 52.222-21                                                Prohibition of Segregated Facilities (FEB 1999)

FAR 52.222-24                                                Pre-Award On Site Equal Opportunity Compliance Evaluation (FEB 1999)

FAR 52.222-26                                                Equal Opportunity (MAR 2007)

FAR 52.222-40                                                Notification of Employee Rights Under the National

                                                                        Labor Relations Act (DEC 2010)

FAR 52.222-41                                                Service Contract Act of 1965 (MAY 2014)

FAR 52.222-42                                                Statement of Equivalent Rates for Federal Hires (MAY 2014)

FAR 52.223-5                                                  Pollution Prevention and Right-to-Know Information (MAY 2011)

FAR 52.223-18                                                Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

FAR 52.224-1                                                  Privacy Act Notification (APR 1984)

FAR 52.227-1                                                  Authorization and Consent (DEC 2007)

FAR 52.227-2                                                  Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007)

FAR 52.228-7                                                  Insurance-Liability to Third Persons (MAR 1996)

FAR 52.232-17                                                            Interest (MAY 2014)

FAR 52.232-20                                                Limitation of Cost (APR 1984)

FAR 52.237-2                                                  Protection of Government Buildings, Equipment, and Vegetation (APR 1984)

FAR 52.237-3                                                  Continuity of Services (JAN 1991)

FAR 52.242-1                                                  Notice of Intent to Disallow Costs (APR 1984)

FAR 52.242-13                                                Bankruptcy (JULY 1995)

FAR 52.242-15                                                Stop-Work Order (AUG 1989)

FAR 52.243-5                                                  Changes and Changed Conditions (APR 1984)

FAR 52.246-1                                                  Contractor Inspection Requirements (APR 1984)

FAR 52.247-34                                                            F.o.b. Destination (NOV 1991)

FAR 52.249-2                                                  Termination for Convenience of the Government (Fixed

                                                                        Price) (APR 2012)

FAR 52.249-8                                                  Default (Fixed-Price Supply and Service)(APR 1984)

FAR 52.249-14                                                            Excusable Delays (APR 1984)

DFARS 252.201-7000                                     Contracting Officer's Representative (DEC 1991)

DFARS 252.203-7002                                     Requirement to Inform Employees of Whistleblower Rights (SEP 2013)

DFARS 252.204-7003                                     Control of Government Personnel Work Product (APR 1992)

DFARS 252.204-7004                                     Alternate A, System for Award Management (FEB 2014)

DFARS 252.209-7004                                     Subcontracting with Firms That Are Owned or 

                                                                                    Controlled by the Government of a Terrorist

                                                                                    Country (MAR 2014)

DFARS 252.225-7002                                     Qualifying Country Sources as Subcontractors

                                                                        (DEC 2012)

DFARS 252.232-7003                                     Electronic Submission of Payment Requests and

                                                                        Receiving Reports (JUNE 2012)

DLAD 52.204-9000                                        Contractor Personnel Security (AUG 2014)

DLAD 52.212-9001                                        Application of Fast Payment to Part 12 Acquisitions (APR 2014)

DLAD 52.212-9000                                        Changes-Military Readiness (NOV 2011)

DLAD 52.213-9009                                        Fast Payment Procedure (APR 2014)

DLAD 52.233-9000                                        Agency Protests  (NOV 2011)

 

FAR 52.216-1 Type of Contract (APR 1984)

 

The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation.

 

52.219-6  Notice of Total Small Business Set-Aside.

As prescribed in 19.508(c), insert the following clause:

Notice of Total Small Business Set-Aside (Nov 2011)

(a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.

(b) Applicability. This clause applies only to-

(1) Contracts that have been totally set aside or reserved for small business concerns; and

(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).

(c) General.

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

(2) Any award resulting from this solicitation will be made to a small business concern.

(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

(End of clause)

Alternate I (Nov 2011). When the acquisition is for a product in a class for which the Small Business Administration has determined that there are no small business manufacturers or processors in the Federal market in accordance with 19.502-2(c), delete paragraph (d).

Alternate II (Nov 2011). As prescribed in 19.508(c), substitute the following paragraph (c) for paragraph (c) of the basic clause:

(c) General. (1) Offers are solicited only from small business concerns and Federal Prison Industries, Inc. (FPI). Offers received from concerns that are not small business concerns or FPI shall be considered nonresponsive and will be rejected.

(2) Any award resulting from this solicitation will be made to either a small business concern or FPI.

 

52.219-14  Limitations on Subcontracting.

As prescribed in 19.508(e) or 19.811-3(e), insert the following clause:

Limitations on Subcontracting (Nov 2011)

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) Applicability. This clause applies only to-

(1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns;

(2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and

(3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).

(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-

(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.

(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.

(End of clause)

 

•(xii)           The FAR clause, 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items and DFARS 252.212-7001, applies to this acquisition and the following addenda are added.

 

(a) The contractor shall comply with the following Federal Acquisition Regulations (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

_X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

_X__ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)).

__ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).)

___ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)).

_X__ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

__X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126).

_X__ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

_X__ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

__X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

__X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

_X__ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).

_X__ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

_X__ (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

_X__ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).

(c)  The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 

___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

•(a)    Comptroller General Examination of Record - The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiations.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)

(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).

(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) [Reserved]

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)

(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).

___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)

(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).

(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.

 

(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components.

 (4) __ __ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts)

(SEP 2011) (15 U.S.C. 637).

(21) ____ 252.227-7015, Technical Data-Commercial Items (DEC 2011)

(10 U.S.C. 2320).

(23) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227).

•(xiii)         Additional contract requirements or terms and conditions necessary for this acquisition and consistent with customary commercial practices: N/A

 

•(xiv)         A Defense Priorities and Allocations System (DPAS) rating is not necessary for this requirement.

 

•(xv)           Offer Due Date/Local Time:  July 22, 2015 (12:00 PM, Eastern Time).  

 

•(xvi)         For questions or concerns regarding this solicitation, please contact Joseph Tierney at  Joseph.Tierney@DLA.Mil  or 215-737-4714.  Email is the preferred method of communication.

 

•(17)        Place of Delivery:

 

 

 

CLIN 0001 - 0004:

DLA Transaction Services
5250 Pearson Road, Bldg 207
Wright Patterson AFB, OH 45433

TBD

 

•(18)        Set-aside Status: 100% Small Business Set-aside and further restricted to those small business vendors that are authorized dealers or resellers of HP products and services.

 

 


Justification for the use of HP Products for this acquisition effort:



The authority permitting limiting sources is FAR 8.405-6(a)(1)(i)(B), only one source is capable of providing the supplies or services required at the level of quality required because of the supplies or services are unique or highly specialized.

HP Network Automation (HP NA) software automates the complete operational lifecycle of network devices from provisioning to policy-based change management, compliance, and security administration. Network Automation supports an exhaustive set of network devices from over 70 vendors, and includes virtual devices, giving a comprehensive network change and configuration management coverage for an extensive range of devices. As a customer with multiple Cisco devices, Network Automation offers unique capabilities for unmatched change, configuration, and compliance management of those devices. Bringing networks into compliance with corporate or regulatory standards is a nontrivial, labor-intensive, and ultimately difficult task. Network Automation helps meet compliance standards through a network compliance model that maps device information, including configurations and run-time diagnostics, as well as policies and user roles, into a normalized structure to prevent compliance violations before they occur. Built-in best practices immediately measure network compliance against industry-accepted best practices. Network Automation provides visibility and control over globally distributed, multivendor networks. This helps dramatically reduce manual mis-configurations that cause the majority of security breaches and network downtime.

The introduction of similar software provided by different sources would require significant expenditures of funding to obtain the new product. It would also require significant training efforts that would demand unacceptable resource reallocation. Finally, it would cause significant schedule delays resulting in mission day-to-day failure. It is essential that the Agency's HP NA Software maintenance be maintained to order to obtain necessary software patches, updates, and technical support.

 

In accordance with FAR 8.405-6(b) (1), the circumstance that justifies the restriction is that the item is peculiar to one manufacturer. A brand name item, whether available on one or more scheduled contracts, is an item peculiar to one manufacturer. While the HP software and maintenance is available through resellers under GSA Federal Supply Schedule (FSS) contracts, the software and software maintenance is proprietary to HP.


Joseph Tierney, Phone 2157374714, Email Joseph.Tierney@DLA.Mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP