MODIFICATION
70 -- AF/JAS VMWare
- Notice Date
- 8/27/2024 2:16:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
- ZIP Code
- 36112-6334
- Solicitation Number
- FA3300J240003
- Response Due
- 9/3/2024 12:00:00 PM
- Archive Date
- 09/18/2024
- Point of Contact
- TaQuann Cottingham, Phone: 3349531549, Jeremy B. Kersey, Phone: 3349533526, Fax: 3349532198
- E-Mail Address
-
taquann.cottingham@us.af.mil, jeremy.kersey.1@us.af.mil
(taquann.cottingham@us.af.mil, jeremy.kersey.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- GENERAL INFORMATION HQ AF/JA Directorate of Legal Information Services (AF/JAS) at Maxwell AFB, AL 36112- 6334, is looking for software, support/maintenance for VMWare Virtualization software solution. This is a combined synopsis/ solicitation for commercial items prepared IAW 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 requirement is issued as a Request for Quote (RFQ) (Reference-Number (FA3300J240003). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2023-07, Department of the Air Force Acquisition Circular (DAFAC) 2024-05, and the DFARS Change 20240425. A Firm Fixed Priced Award will be made IAW the following: NAICS Code: 541519; Size Standard: 150 EMP �IMPORTANT NOTES: THE GOVERNMENT IS SOLICITING FOR �OPEN MARKET� QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED. ALL PRODUCTS/ LICENSES MUST BE NEW: NO USED/ REFURBISHED OR USED ITEMS WILL BE ACCEPTED. THIS IS REQUIREMENT IS BEING SOLICITED FOR AS 100% SMALL BUSINESS SET ASIDE. ONLY QUOTES RECEIVED FROM SMALL BUSINESSES WILL BE REVIEWED. NATURE OF ACQUISITON: HQ AF/JA Directorate of Legal Information Services (AF/JAS), located on Maxwell AFB, AL Development Network environment has a requirement to purchase the below listed items outlined in CLIN 0001. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures. SCHEDULE OF SUPPLIES/SERVICES: ITEM Description of Requirement Qty Unit Price Extended Price 0001 VMware Cloud Foundation 5 in accordance with (IAW) Statement of Requirement (SOR) para. 1.2.1. 640 EA INSTRUCTIONS TO OFFERORS: This will be a competitive firm-fixed priced purchase order. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. This solicitation is being issued on a competitive basis. To assure timely and equitable evaluation of quote, The offeror must follow the instructions contained herein. Failure to meet a requirement may result in an offeror being ineligible for award. Specific Instructions: Offerors must submit a dated quote with unit prices and extended prices in response to this solicitation. Product Capability: Offeror must provide the brand name specific items as outlined in Schedule of Supplies/Services for CLIN 0001 IAW SOR para.�s 1.2.1. Delivery Date: The offeror shall propose a realistic date (based on days after date of contract) for the requirements identified in this solicitation. The delivery date shall take into consideration availability, ordering, shipping and any other factors that could affect the delivery of the item(s) being proposed under this solicitation. Delivery date will be incorporated into the resulting contract. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. Offeror must confirm country of origin. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225- 7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote. Section 889: Offeror must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation. Responses to this notice shall be provided in writing via e-mail to the Contract Specialist, A1C TaQuann Cottingham, (334) 953-1549, taquann.cottingham@us.af.mil and the Contracting Officer, Jeremy Kersey, (334) 953-3526, jeremy.kersey.1@us.af.mil. All responses shall be received by no later than 03 September 2024, 2:00pm CDT. Email is the preferred method of contact. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist and the Contracting Officer identified in this notice. BASIS FOR CONTRACT AWARD Award will be made to the lowest priced offeror that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements). Product Capability: Offer will be evaluated to ensure the brand name specific items as outlined in Schedule of Supplies/Services for CLIN 0001 IAW SOR para.�s 1.2.1 were provided. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. market prices, comparison with independent Government cost estimates, comparison with market research, and analysis of pricing information provided by the offeror. ATTACHMENTS (2): Attachment 1 � Statement of Requirements Attachment 2 � Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7211d23350d492c8159ca1c897c5f53/view)
- Place of Performance
- Address: Montgomery, AL 36113, USA
- Zip Code: 36113
- Country: USA
- Zip Code: 36113
- Record
- SN07187328-F 20240829/240827230120 (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 |