SOLICITATION NOTICE
D -- Carahsoft VMWare Licensing & Upgrades
- Notice Date
- 8/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F9XHNW4164AW01
- Response Due
- 8/15/2014
- Archive Date
- 9/30/2014
- Point of Contact
- Crystina Smith, 253-512-3317
- E-Mail Address
-
141 ARW/MSC
(crystina.smith@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F9XHNW4164AW01is hereby issued be the WAANG located at Camp Murray, WA to award a Firm Fixed Price purchase order by other than full and open competition. Only one source and no other supplies or services will satisfy agency requirements. This notice is not a request for competitive proposals. Award will be made to Carahsoft Technology Corp. for the WASHINGTON NATIONAL GUARD. A determination not to compete this procurement was made because Only One Responsible source and No Other Supplies or Services will Satisfy Agency Requirements. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 25 July 2014, and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20140715. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 541511 with the number of employees not to exceed 1000. Description of Requirement: CLIN 0001: 16 EA Carahsoft P/N 11-1128-M1G U.S. Federal Basic Support/ Subscription for VMware cSphere 5 Enterprise Plus for 1 processor for 1 year VMware Inc. -VS5-ENT-PL-G-SSS-F Price each $__________________ CLIN 0002: Carahsoft Reinstatement Fee Price each $__________________ Price Total $__________________ Delivery requirement: FOB Destination to Camp Murray, WA. Exact address will be provided upon award. Contact Information: TSgt Crystina Smith, Contract Specialist Ph: (253)512-3317, email: crystina.smith@ang.af.mil Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone quotes will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99, System for Award Management Registration FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business 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 52.222-36, Affirmative Action for Workers with Disabilites FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F9XHNW4164AW01/listing.html)
- Place of Performance
- Address: 194 MSG 109 Engineer Dr Camp Murray WA
- Zip Code: 98430-5023
- Zip Code: 98430-5023
- Record
- SN03446332-W 20140803/140801234419-522f010b22ca0c96e954c26c1bf2f256 (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 |