Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2024 SAM #8167
SOLICITATION NOTICE

70 -- NetApp Maintenance Renewal

Notice Date
4/5/2024 9:55:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930224Q0034
 
Response Due
4/8/2024 2:00:00 PM
 
Archive Date
04/08/2024
 
Point of Contact
Denina Solomon, Adam Confer
 
E-Mail Address
denina.solomon@us.af.mil, adam.confer.2@us.af.mil
(denina.solomon@us.af.mil, adam.confer.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for NetApp Maintenance Renewal. Please see attached Statement of Requirements, all anticipated clauses and provisions with be listed on the Supporting SF1149. THIS IS A BRAND NAME REQUIREMENT. Please see uploaded Brand Name Justification. PLEASE NOTE. Products and quantaties needed for each CLIN are stated under the section: DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK of the SF1449 or the Statement of Requirements.� (i) 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 will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA930224Q0034 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. Offerors may submit a quote; ensuring the quote contains information and pricing for all contract line items (CLINs). Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 Feb 2024, DFARS Publication Notice (DPN) 20242201 effective 22 Jan 2024, and Air Force Acquisition Circular (DAFAC) 2023-0707, effective 07 Jul 2023. (iv) The North American Industry Classification System NAICS code of 513210 � Computer Software Publishing and Reproduction, small business size standard of $47,000,000.00. The associated Supply Code is 7A21- IT and Telecom-Business Application Software. (v) Period of Performance: NLT April 15th 2024 (vi) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212-1.� In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1.�������� SAM UEI: 2.�������� TIN Number: 3.�������� CAGE Code: 4.�������� Contractor Name: 5.�������� Payment Terms (NET 30) or Discount: 6.�������� Point of Contact Name and Phone Number: 7.�������� Email address: 8.�������� Warranty: 9.�������� Date Offer Expires: 10.������ FOB Destination: 11.������ Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2014) � or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov (ix)� The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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 and other factors considered. The following factors shall be used to evaluate offers: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: (1) Ability to provide the NetApp Maintenance Renewal.� (2) Experience � offers must submit at least three instances of providing this system or a similar system. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2.Technically Acceptability Technically Acceptable Subfactors: 1.����������� Ability to provide the NetApp Maintenance Renewal� 2.����������� Experience - submit at least three instances of providing this system or a similar system The ability to provide the NetApp Maintenance Renewal will be assigned ratings of satisfactory or unsatisfactory. Experience, for those offers submitting at least three instances of providing NetApp, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on LTPA. (x) Offerors shall include completed copies of applicable provisions; which are included at the end of this docuement.� Offers will be considered incomplete if these are not included with the quote.� (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021), applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2022), applies to this acquisition. (xii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/ (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Quote Submission Information: It is the government�s intent to award without discussions.� Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint.� However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by April 5th 2024 at 12:00 PM, Pacific Daylight Time (PDT). Question and Answer period ends on April 2nd, 2024 at 12:00 PM, Pacific Daylight Time (PDT).� Offers must be sent via email to both Adam R Confer (Adam.Confer.2@us.af.mil) AND Denina Hudson (denina.solomon@us.af.mil).� No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Secondary Point of Contract: Adam R. Confer CS/CO Adam.Confer.2@us.af.mil Primary Point of Contact: Denina Hudson Contracting Specialist denina.solomon@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/659f2d61998c4daab08c63c862d8e9b9/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07022010-F 20240407/240405230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.