Federal Bid

Last Updated on 31 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

BigIP F5 LTM Software and Hardware maintenance renewal

Solicitation ID DOL131RQ21783
Posted Date 08 Aug 2013 at 4 PM
Archive Date 31 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Office Of Procurement Services
Agency Department Of Labor
Location United states
RFQ: DOL131RQ21783

This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12.6 and (FAR) Part 13 as supplemented with additional information included with this notice. This announcement only constitutes the solicitation and a written solicitation will not be issued. Firm fixed-price offers are requested under this Request for Quote (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-67. This requirement is unrestricted in competition. The Product Service Code is D399, and the NAICS code is 541513.

REQUIREMENT: The United States Department of Labor, Employment & Training Administration (ETA) Office of Information Systems and Technology (OIST) has a requirement for BigIP F5 LTM Software and Hardware maintenance renewal.
1. Background
The DOL Employment & Training Administration (ETA) Office of Information Systems and Technology (OIST) focuses on creating and maintaining resource light IT environments for ETA applications that support the increasing need for information sharing and collaboration; managing information in this new environment plays a critical role in enabling the ETA's efforts to transform Agency operations and respond quickly and accurately to emerging scientific, technological, and economic trends affecting its mission.
2. Objectives
The OIST is looking at this action to procure on-going maintenance support of their BigIP F5 LTM hardware and software to strengthen the availability of the systems. This support will allow OIST to achieve a modern, utility-based operating environment supported by standard operating procedures resulting in cost savings, operational efficiencies, and defined service levels.
Reduce system operation and maintenance costs by replacing or retiring outdated equipment that the manufacturer will no longer support with technical assistance, problem resolution, repair, and bug fixes.
3. Scope
The scope of this action will be for on-going maintenance support of the BigIP F5 LTM Hardware and Software
4. Specific Tasks/Deliverables
Support Services - The Contractor shall provide predictive, preventative and corrective maintenance at the service level agreements (SLA) of 4 hour RMA for hardware and upgrade and technical support for software for the items listed below.
The Contractor must be an authorized reseller of F5 Networks support throughout the period of performance, provide dedicated toll free access and be able to meet the SLAs for support which consists of:

Qty Item Number Serial Number to be supported.
1 F5-SVC-BIG-PRE- L1-3 bip045812s
1 F5-SVC-BIG-PRE- L1-3 bip045811s
1 F5-SVC-BIG-PRE-HW36-EDI f5-jqxw-xege
1 F5-SVC-BIG-PRE-HW58 bip264582s
1 F5-SVC-BIG-PRE-HW36-EDI f5-jaxp-tdzc
1 F5-SVC-BIG-PRE-HW31-EDI bip262674s
1 F5-SVC-EM-PRE-HW3 f5-gygo-kumd

5. Place of Performance
All work will be performed at either the Department of Labor National Office in Washington DC, the Employment & Training Administration Office of Performance and Technology and/or Disaster Recovery Center in Atlanta, GA.

RFQ: DOL131RQ21783

This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12.6 and (FAR) Part 13 as supplemented with additional information included with this notice. This announcement only constitutes the solicitation and a written solicitation will not be issued. Firm fixed-price offers are requested under this Request for Quote (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-67. This requirement is unrestricted in competition. The Product Service Code is D399, and the NAICS code is 541513.

REQUIREMENT: The United States Department of Labor, Employment & Training Administration (ETA) Office of Information Systems and Technology (OIST) has a requirement for BigIP F5 LTM Software and Hardware maintenance renewal.
1. Background
The DOL Employment & Training Administration (ETA) Office of Information Systems and Technology (OIST) focuses on creating and maintaining resource light IT environments for ETA applications that support the increasing need for information sharing and collaboration; managing information in this new environment plays a critical role in enabling the ETA's efforts to transform Agency operations and respond quickly and accurately to emerging scientific, technological, and economic trends affecting its mission.
2. Objectives
The OIST is looking at this action to procure on-going maintenance support of their BigIP F5 LTM hardware and software to strengthen the availability of the systems. This support will allow OIST to achieve a modern, utility-based operating environment supported by standard operating procedures resulting in cost savings, operational efficiencies, and defined service levels.
Reduce system operation and maintenance costs by replacing or retiring outdated equipment that the manufacturer will no longer support with technical assistance, problem resolution, repair, and bug fixes.
3. Scope
The scope of this action will be for on-going maintenance support of the BigIP F5 LTM Hardware and Software
4. Specific Tasks/Deliverables
Support Services - The Contractor shall provide predictive, preventative and corrective maintenance at the service level agreements (SLA) of 4 hour RMA for hardware and upgrade and technical support for software for the items listed below.
The Contractor must be an authorized reseller of F5 Networks support throughout the period of performance, provide dedicated toll free access and be able to meet the SLAs for support which consists of:

Qty Item Number Serial Number to be supported.
1 F5-SVC-BIG-PRE- L1-3 bip045812s
1 F5-SVC-BIG-PRE- L1-3 bip045811s
1 F5-SVC-BIG-PRE-HW36-EDI f5-jqxw-xege
1 F5-SVC-BIG-PRE-HW58 bip264582s
1 F5-SVC-BIG-PRE-HW36-EDI f5-jaxp-tdzc
1 F5-SVC-BIG-PRE-HW31-EDI bip262674s
1 F5-SVC-EM-PRE-HW3 f5-gygo-kumd

5. Place of Performance
All work will be performed at either the Department of Labor National Office in Washington DC, the Employment & Training Administration Office of Performance and Technology and/or Disaster Recovery Center in Atlanta, GA.

U.S. Department of Labor
200 Constitution Ave NW
Washington, DC 20210

61 Forsyth St., SW
Sam Nunn Atlanta Federal Center
Room 6B30
Atlanta, GA 30303
6. Government Furnished Information (GFI)
Government Furnished Information: The Government will work directly with the contractor to provide information required during the consulting. Project Plan will be provided at a later date.
7. Other Pertinent Information or Special Considerations
The Contractor should be familiar with Section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools.
8. Post-Award Administration
Completion of all deliverables, quality and timeliness of delivery, as well as incidents and types of defects, will be used to evaluate the Contractor's progress and suitability.

9. Period of Performance
Base: Date of Award to June 1, 2014
Option 1: June 2, 2014 to June 1, 2015
Option 2: June 2, 2015 to June 1, 2016


Special Conditions
The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows http://csrc.nist.gov/itsec/guidance_WinXP.htmlWindows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. b) The standard installation, operation, maintenance, update, 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."
All systems provided under this Statement of Work must be capable of supporting IPv4 and IPv6 protocols.
All desktops, laptops, and computer monitors provided under this contract are required to have achieved Bronze registration or higher under the Electronic Products Environmental Assessment Tool (EPEAT). EPEAT is a procurement tool designed to help large volume purchasers evaluate, compare, and select desktop computers, laptops, and monitors based upon their environmental attributes as specified in the consensus-based IEEE Standard for the Environmental Assessment of Personal Computer Products (1680). Additional consideration will be provided for products that have achieved EPEAT Silver or EPEAT Gold registration. The registration criteria and a list of all registered equipment are provided at http://www.epeat.net .

The following provisions and clauses apply to this procurement:
FAR 52.204-7 - CCR, FAR 52.204-09 - Personal Identity Verification of Contractor Personnel, FAR 52.212-1 - Instructions to Offerors, 52.212-2 - Evaluation of Commercial Items, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items, FAR 52.219-1 (Alt I) - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, , FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses
FAR 52.212-01 - Instructions to Offerors
Quotes shall be submitted in writing on company letterhead and must include the RFQ number (DOL131RQ21783), the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Any questions regarding the RFQ must be submitted no later than 12pm EST on Monday August 12, 2013 to [email protected]. All quotes shall be received no later than Friday August 16, 2013 by 3:00PM EST by E-mail to the attention of Ms. Crystal Zorich, [email protected]. All responsible vendors may submit a quote that, if timely received, shall be considered for award. Quotes shall not exceed 5MB is size
PROPOSALS WILL BE EVALUATED IN ACCORDANCE WITH FAR 13.106-2
Selection of a vendor for contract award will be based on an evaluation of proposals against the following factors:
TECHNICAL EVALUATION: The contractor shall demonstrate a clear understanding of the requirement.
PRICE: Please provide LUMP SUM or one TOTAL PRICE as part of the proposal for all work being accomplished. Offerors shall not submit itemized pricing as part of their bid. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications (ORCA) must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the proposal.
PAST PERFORMANCE: Government databases to include FAPIIS, PIPPRS, and CPARS will be searched.
RELATIVE IMPORTANCE: Technical is more important than price.
BASIS FOR AWARD: Contract award will be made to the responsive vendor whose quote represents the Best Value to the Government. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their proposal will not be evaluated.

IAW FAR 52.212-3, Offeror Reps and Certs - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

All quotes shall be received no later than Friday August 16, 2013 by 3:00PM EST by E-mail to the attention of Ms. Crystal Zorich, [email protected].

. Government Furnished Information (GFI)
Government Furnished Information: The Government will work directly with the contractor to provide information required during the consulting. Project Plan will be provided at a later date.
7. Other Pertinent Information or Special Considerations
The Contractor should be familiar with Section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools.
8. Post-Award Administration
Completion of all deliverables, quality and timeliness of delivery, as well as incidents and types of defects, will be used to evaluate the Contractor's progress and suitability.

9. Period of Performance
Base: Date of Award to June 1, 2014
Option 1: June 2, 2014 to June 1, 2015
Option 2: June 2, 2015 to June 1, 2016


Special Conditions
The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows http://csrc.nist.gov/itsec/guidance_WinXP.htmlWindows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. b) The standard installation, operation, maintenance, update, 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."
All systems provided under this Statement of Work must be capable of supporting IPv4 and IPv6 protocols.
All desktops, laptops, and computer monitors provided under this contract are required to have achieved Bronze registration or higher under the Electronic Products Environmental Assessment Tool (EPEAT). EPEAT is a procurement tool designed to help large volume purchasers evaluate, compare, and select desktop computers, laptops, and monitors based upon their environmental attributes as specified in the consensus-based IEEE Standard for the Environmental Assessment of Personal Computer Products (1680). Additional consideration will be provided for products that have achieved EPEAT Silver or EPEAT Gold registration. The registration criteria and a list of all registered equipment are provided at http://www.epeat.net .

The following provisions and clauses apply to this procurement:
FAR 52.204-7 - CCR, FAR 52.204-09 - Personal Identity Verification of Contractor Personnel, FAR 52.212-1 - Instructions to Offerors, 52.212-2 - Evaluation of Commercial Items, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items, FAR 52.219-1 (Alt I) - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, , FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses
FAR 52.212-01 - Instructions to Offerors
Quotes shall be submitted in writing on company letterhead and must include the RFQ number (DOL131RQ21783), the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Any questions regarding the RFQ must be submitted no later than 12pm EST on Monday August 12, 2013 to [email protected]. All quotes shall be received no later than Friday August 16, 2013 by 3:00PM EST by E-mail to the attention of Ms. Crystal Zorich, [email protected]. All responsible vendors may submit a quote that, if timely received, shall be considered for award. Quotes shall not exceed 5MB is size
PROPOSALS WILL BE EVALUATED IN ACCORDANCE WITH FAR 13.106-2
Selection of a vendor for contract award will be based on an evaluation of proposals against the following factors:
TECHNICAL EVALUATION: The contractor shall demonstrate a clear understanding of the requirement.
PRICE: Please provide LUMP SUM or one TOTAL PRICE as part of the proposal for all work being accomplished. Offerors shall not submit itemized pricing as part of their bid. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications (ORCA) must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the proposal.
PAST PERFORMANCE: Government databases to include FAPIIS, PIPPRS, and CPARS will be searched.
RELATIVE IMPORTANCE: Technical is more important than price.
BASIS FOR AWARD: Contract award will be made to the responsive vendor whose quote represents the Best Value to the Government. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their proposal will not be evaluated.

IAW FAR 52.212-3, Offeror Reps and Certs - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

All quotes shall be received no later than Friday August 16, 2013 by 3:00PM EST by E-mail to the attention of Ms. Crystal Zorich, [email protected].

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 18 Jul 2018 at 5 PM
Patuxent river Maryland 27 May 2021 at 7 PM
Patuxent river Maryland 20 May 2021 at 9 PM
Waterbury Connecticut Not Specified
Springfield Virginia 29 Aug 2011 at 5 PM

Similar Opportunities

Starke Florida 11 Jul 2025 at 5 PM
Colorado springs Colorado 14 Sep 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 06 Mar 2026 at 5 AM (estimated)
National park New jersey 16 Jul 2025 at 8 PM (estimated)