Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

70 -- Microsoft Enterprise Agreement - Brand Name Justification & Approval

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VTJ69209A002
 
Point of Contact
Matthew B. Comer, Phone: 813-828-4724, Barbara A. Squitieri, Phone: 813-828-1737
 
E-Mail Address
matthew.comer@macdill.af.mil, barbara.squitieri@us.af.mil
(matthew.comer@macdill.af.mil, barbara.squitieri@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification & Approval This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VTJ69209A002. This acquisition is 100% set-aside for HUBZone small businesses. This is a Brand Name requirement for Microsoft and alternative products will not be considered. Award will be made to the quotation which offers the best value to the Government. The Government also reserves the right to make no award at all. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Software licenses for one base year and two option years. DESCRIPTION OF REQUIREMENT: BASE YEAR CLIN 0001 (278 ea) - Microsoft Desktop Pro SA Renewal (Office Pro SA, Win Vista SA, and Core CAL SA) Part number# A07-00042 POP: October 1, 2009 - September 30, 2010 CLIN 0002 (8 ea) - Microsoft Exchange Server All Languages SA MVL Part number# 312-02257 POP: October 1, 2009 - September 30, 2010 CLIN 0003 (12 ea) - Microsoft Exchange Svr All Languages Lic/SA Pack MVL Part number# 312-02177 POP: October 1, 2009 - September 30, 2010 CLIN 0004 (2 ea) - Microsoft Office SharePoint Server All Languages SA MVL Part number# H04-00268 POP: October 1, 2009 - September 30, 2010 CLIN 0005 (12 ea) - Microsoft Office SharePoint Server All Languages Lic/SA Pack MVL Part number# H04-00232 POP: October 1, 2009 - September 30, 2010 CLIN 0006 (2 ea) - Microsoft SQL Server Standard Edition All Languages SA MVL Part number# 228-04433 POP: October 1, 2009 - September 30, 2010 CLIN 0007 (28 ea) - Microsoft Windows Server Ent All Languages SA MVL Part number# P72-00188 POP: October 1, 2009 - September 30, 2010 CLIN 0008 (96 ea) - Microsoft Windows Server Ent All Languages Lic/SA Pack MVL Part number# P72-00165 POP: October 1, 2009 - September 30, 2010 OPTION YEAR 1 CLIN 0001 (278 ea) - Microsoft Desktop Pro SA Renewal (Office Pro SA, Win Vista SA, and Core CAL SA) Part number# A07-00042 POP: October 1, 2010 - September 30, 2011 CLIN 0002 (8 ea) - Microsoft Exchange Server All Languages SA MVL Part number# 312-02257 POP: October 1, 2010 - September 30, 2011 CLIN 0003 (12 ea) - Microsoft Exchange Svr All Languages Lic/SA Pack MVL Part number# 312-02177 POP: October 1, 2010 - September 30, 2011 CLIN 0004 (2 ea) - Microsoft Office SharePoint Server All Languages SA MVL Part number# H04-00268 POP: October 1, 2010 - September 30, 2011 CLIN 0005 (12 ea) - Microsoft Office SharePoint Server All Languages Lic/SA Pack MVL Part number# H04-00232 POP: October 1, 2010 - September 30, 2011 CLIN 0006 (2 ea) - Microsoft SQL Server Standard Edition All Languages SA MVL Part number# 228-04433 POP: October 1, 2010 - September 30, 2011 CLIN 0007 (28 ea) - Microsoft Windows Server Ent All Languages SA MVL Part number# P72-00188 POP: October 1, 2010 - September 30, 2011 CLIN 0008 (96 ea) - Microsoft Windows Server Ent All Languages Lic/SA Pack MVL Part number# P72-00165 POP: October 1, 2010 - September 30, 2011 OPTION YEAR 2 CLIN 0001 (278 ea) - Microsoft Desktop Pro SA Renewal (Office Pro SA, Win Vista SA, and Core CAL SA) Part number# A07-00042 POP: October 1, 2011 - September 30, 2012 CLIN 0002 (8 ea) - Microsoft Exchange Server All Languages SA MVL Part number# 312-02257 POP: October 1, 2011 - September 30, 2012 CLIN 0003 (12 ea) - Microsoft Exchange Svr All Languages Lic/SA Pack MVL Part number# 312-02177 POP: October 1, 2011 - September 30, 2012 CLIN 0004 (2 ea) - Microsoft Office SharePoint Server All Languages SA MVL Part number# H04-00268 POP: October 1, 2011 - September 30, 2012 CLIN 0005 (12 ea) - Microsoft Office SharePoint Server All Languages Lic/SA Pack MVL Part number# H04-00232 POP: October 1, 2011 - September 30, 2012 CLIN 0006 (2 ea) - Microsoft SQL Server Standard Edition All Languages SA MVL Part number# 228-04433 POP: October 1, 2011 - September 30, 2012 CLIN 0007 (28 ea) - Microsoft Windows Server Ent All Languages SA MVL Part number# P72-00188 POP: October 1, 2011 - September 30, 2012 CLIN 0008 (96 ea) - Microsoft Windows Server Ent All Languages Lic/SA Pack MVL Part number# P72-00165 POP: October 1, 2011 - September 30, 2012 NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d): 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective 11 Aug 2009, DFARS DCN 20090825, and AFFARS AFAC 2009-0803. The North American Industry Classification System code (NAICS) is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. A firm fixed-price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: Licenses procured on behalf of JCSE, 8532 Marina Bay Dr., MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3,Alt I, Offeror Representation and Certifications-Commercial Items (An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt. 1; FAR 52.219-3, Notice of HUBZone Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses 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 clause may be accessed electronically at this address: http://www.acquisition.gov/FAR/ The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3,Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 11 Sep 2009, by 4:00 pm, EST. Submit offers or any questions to the attention of Matthew Comer, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to matthew.comer@macdill.af.mil. An additional point of contact is Barbara Squitieri, barbara.squitieri@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ69209A002/listing.html)
 
Record
SN01932030-W 20090830/090829004601-d75c774e5dfdff935578f32b1f233890 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.