Federal Bid

Last Updated on 13 Oct 2006 at 4 AM
Combined Synopsis/Solicitation
Location Unknown

99 -- Software Updates and Maintenenace for F5s Big-IP 5000 Load Balancers

Solicitation ID NAMA-06-Q-0057
Posted Date 22 Sep 2006 at 4 AM
Archive Date 13 Oct 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisitions Division
Agency National Archives And Records Administration
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price, proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the National Archives and Records Administration, 8601 Adelphi Road, College Park, MD 20740-6001. RFQ No. NAMA-06-Q-0057 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 effective August 4, 2006. The North American Industry Classification System (NAICS) code is 541519. The government reserves the right to make an award on the initial quote without discussions on this procurement. Award will be made to the Offeror that submits the lowest price technically acceptable offer. The proposed acquisition will require the contractor to provide annual support, maintenance and upgrades protection for (Qty.7), Big-IP 5000 Load Balancers Serial Numbers: bip038233s, bip038071s, bip040450s, bip040507s, bip040467s, bip048750s, and bip048751s. Period of Performance October 1,2006 to September 30, 2007. REQUIREMENTS: Furnish annual support, Software updates and maintenance for Big-IP 5000 Load Balancer, manufactured by F5 Networks, Inc. The annual support and maintenance must include a toll-free phone number for unlimited trouble calls including remote diagnostic access, and off-line research as required. Additionally, access to ?Askf5 Knowledgedbase? must be provided which allows 24 hour, 7-day-a-week online service. Hardware Support will include; product replacement or repair in the event of hardware failure; repair or replacement of any product or component that fails during the term of the maintenance agreement, at no cost to the government, provided that the customer contacts the Network Support Engineer to report the failure and complies with F5's troubleshooting and return policies. A replacement product or component will then be shipped to the user with an estimated shipping time of 24 hours. Software Support will include all software updates, version releases and relevant hot fixes as they are released. BASE YEAR; Annual Support, Maintenance and Upgrades Protection (IAW SOW) for (Qty.7), Big-IP 5000 Load Balancers Serial Numbers: bip038233s, bip038071s, bip040450s, bip040507s, bip040467s, bip048750s, and bip048751s. Period of Performance: October 1, 2006 to September 30, 2007. OPTION YEARS; Item No. 0001/Option Year I, Annual Support, Maintenance and Upgrades Protection (IAW SOW) for (Qty.7), Big-IP 5000 Load Balancers Serial Numbers: bip038233s, bip038071s, bip040450s, bip040507s, bip040467s, bip048750s, and bip048751s. Item No.0002/Option Year II, Annual Support, Maintenance and Upgrades Protection (IAW SOW) for (Qty.7), Big-IP 5000 Load Balancers Serial Numbers: bip038233s, bip038071s, bip040450s, bip040507s, bip040467s, bip048750s, and bip048751s. Item No.0003/Option Year III, Annual Support, Maintenance and Upgrades Protection (IAW SOW) for (Qty.7), Big-IP 5000 Load Balancers Serial Numbers: bip038233s, bip038071s, bip040450s, bip040507s, bip040467s, bip048750s, and bip048751s. Item No. 0004/Option Year IV, Annual Support, Maintenance and Upgrades Protection (IAW SOW) for (Qty.7), Big-IP 5000 Load Balancers Serial Numbers: bip038233s, bip038071s, bip040450s, bip040507s, bip040467s, bip048750s, and bip048751s. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the offeror that submits the lowest price technically acceptable offer; each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), with the quotation. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Feb 2006). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act-Supplies, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, and 52.233-2 Service of Protest (Aug 1996) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Ann Harrison. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. CONTRACTOR NOTE: Offerors are requested to transmit inquiries , via both facsimile (301) 837-3227), Attn: Narciso Cruz and Email;( [email protected]). All inquiries must be submitted no later than 1:00pm EST on September 27, 2006. Proposals may be submitted (one copy) via mailed, faxed (301) 837-3227, or Email ( [email protected] ) to: Mr. Narciso Cruz, National Archives and Records Administration, Acquisition Services Division (NAA), Suite 3340, 8601 Adelphi Road, College Park MD 20740-6001, no later than September 28, 2006, by 3:30 PM EST, Quotations must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (in any).
Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Aug 2010 at 3 PM
Adelphi Ohio 13 Aug 2008 at 3 PM
El paso Texas 23 Feb 2017 at 7 PM
Location Unknown 02 Nov 2010 at 2 PM
New york New york 17 Mar 2022 at 12 PM

Similar Opportunities

Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM
San luis obispo California 21 Jul 2025 at 10 PM
Fairburn Georgia 16 Jul 2025 at 6 PM