SOLICITATION NOTICE
70 -- Wide Area Network Software and Hardware Maintenance - Attachment No 2 - Attachment No 1
- Notice Date
- 1/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-14-R-0007
- Archive Date
- 2/5/2014
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@us.af.mil
(richard.childres@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment No 1 Attachment No 2 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-14-R-0007 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-77 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20131231. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being solicited on an unrestricted basis with regard to size standard. For reference, the NAICS code is 511210 and small business size standard is $35, 000,000 in average annual receipts. The Government requires Wide Area Network (WAN) optimization software and hardware maintenance. Maintenance will be provided for a one year period of performance. Hardware maintenance requires next business day advance replacement or repair, shipped for next business day delivery. Software support requires upgrade subscription package for maintenance releases and software updates providing access to the latest product features and functionality. Hardware and software require 24X7 Access to Web site, phone, and Email support. Maintenance will be applied to existing environment characterized by Riverbed Steelhead products. For reference, Service Serial numbers of existing agreements are listed in Attachment No. 1. The specification requirements outlined represent a solution known to be acceptable to the Government, are provided on a "brand name or equal basis", and describe the minimum physical, functional, and performance characteristics of a technically acceptable solution. Offerors submitting equals to this solution must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The offeror shall provide all items (or equal) on a Firm Fixed Price basis, including the cost of shipping FOB Destination and shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated start date is 01 FEB 2014. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Shaw AFB SC. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) 21 January 2014. Submit by email to richard.childres@us.af.mil or by mail to AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-2555. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered. Include product literature and other documentation necessary to (i) demonstrate compliance with the specifications, and (ii) verify authenticity of the products being offered and the sourcing method to be used. (b)(10) Submit past performance information for contracts completed within the previous 3 years for efforts relevant in terms of scope and magnitude to this requirement. Please include contract/project numbers, current points of contact with telephone numbers and email, a brief contract/project description, and any other relevant information. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Acceptability, and (iii) Past Performance. When combined, technical acceptability and past performance are approximately equal in importance to price. The Government intends to award a contract to the lowest priced, technically acceptable offeror with acceptable past performance. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete and submit representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. For your convenience all referenced certifications are attached to this solicitation (Attachment No. 2). TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (SEP 2013), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) 52.219-8, Utilization of Small Business Concerns (Jul 2013) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2013) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (Jul 2013) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (APR 1984) 52.211-6, Brand Name or Equal (AUG 1999) 52.247-34 FOB Destination (NOV 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV2011) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.215-7007 Notice Of Intent To Resolicit (JUN 2012) 252.215-7008 Only One Offer (OCT 2013) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7031 Secondary Arab Boycott Of Israel (JUN 2005) 252.227-7015, Technical Data--Commercial Items (Jun 2013) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.239-7017 Notice Of Supply Chain Risk (NOV 2013) 252.239-7018 Supply Chain Risk (NOV 2013) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts For Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea (Jun 2013) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a proposal, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-14-R-0007/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN03270669-W 20140119/140117234459-f13c6e505926853d023ee99cdbc56548 (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 |