SOLICITATION NOTICE
70 -- VMWare Upgrade - RFQ Package
- Notice Date
- 7/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N3C34181A001
- Point of Contact
- Jacqueline May Littlefield, Phone: 6624347784, Bradford Erdmann, Phone: 6624343650
- E-Mail Address
-
jacqueline.littlefield.1@us.af.mil, bradford.erdmann@us.af.mil
(jacqueline.littlefield.1@us.af.mil, bradford.erdmann@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval - Brand Name Request for Quote - VMWare This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3C34181A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This acquisition is a Brand Name Requirement. The associated North American Industry Classification System (NAICS) code is 511210, and the small business size standard is $38.5 Million. Columbus Air Force Base has a need for management, labor, transportation, equipment, tools, materials, and other items necessary to install/upgrade the current VMWare Software environment at Columbus AFB to version 5 and provide training to 2 Base Network Control Center (BNCC) technicians in accordance with the attached Statement of Work (SOW) dated 6 June 2014. The delivery will be 120 Days After Date of Contract. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710-1006. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.202-1 Definitions; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.203-3 Gratuities; 52.203-6 -- Restrictions on Subcontractor Sales to the Government; 52.203-6, Alternate I 52.203-7 Anti-Kickback Procedures; 52.203-8 Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity; 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13 System for Award Management Maintenance; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7 System for Award Management; 52.207-2 Notice of Streamlined Competition; 52.207-4 Economic Purchase Quantity-Supplies; 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-17 Delivery of Excess Quantities; 52.212-1 Instructions to Offerors- Commercial Items; 52.212-3 Offerors Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; 52.215-1 Instructions to Offerors-Competitive; 52.215-5 Facsimile Proposals; 52.215-6 Place of Performance; 52.219-1, Alternate I; 52.219-2 Equal Low Bids; 52.219-28 - Post-Award Small Business Program Representation; 52.219-8 -- Utilization of Small Business Concerns; 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-3 -- Convict Labor; 52.222-35 -- Equal Opportunity for Veterans; 52.222-36 - Equal Opportunity for Workers With Disabilities; 52.222-37 -- Employment Reports on Veterans; 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.225-1 -- Buy American-Supplies; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications; 52.229-3 Federal, State, and Local Taxes; 52.232-17 Interest; 52.232-29 -- Terms for Financing of Purchases of Commercial Items; 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information; 52.232-36 -- Payment by Third Party; 52.232-37 Multiple Payment Arrangements; 52.232-39 Unenforceabilityof Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-1 Disputes; 52.233-2 Service of Protest. 52.242-13 Bankruptcy; 52.243-1 Changes--Fixed Price; 52.246-16 Responsibility for Supplies; 52.246-2 Inspection of Supplies--Fixed-Price; 52.246-4 Inspection of Services--Fixed Price.; 52.247-34 F.o.b. Destination; 52.249-2 Termination for Convenience of the Government (Fixed-Price); 52.249-8 Default (Fixed- Price Supply and Service); 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-3 Alterations in Solicitation; 52.252-4 Alterations in Contract; 52.252-5 Authorized Deviations in Provisions; and 52.252-6 Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.203-7003, Agency Office of the Inspector General; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, System for Award Management; 252.204-7011 Alternative Line Item Structure; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003 Item Unique Identification and Valuation; 252.215-7007 Notice of Intent to Resolicit; 252.215-7008 Only One Offer; 252.225-7001 Buy American and Balance of Payments Program; 252.231-7000 Supplemental Cost Principles; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; and 252.244-7000 Subcontracts for Commercial Items. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) and local provisions and clauses apply to this acquisition: 5352.201-9101 Ombudsman; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations; CAFB0002 Smoking in AETC Facilities; CAFB0003 Invoicing Procedures; and CAFB0006 Security Requirements. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. Contact 1Lt Jacqueline Littlefield, Contract Administrator, telephone (662) 434-7773, fax (662) 434-2654 or e-mail: jacqueline.littlefield.1@us.af.mil regarding any questions about this solicitation. Questions must be submitted by 4:30 CDT on 5 August 2014, and responses will be posted on 6 August 2014. All offers must be submitted by e-mail to the Contract Administrator no later than 13 Aug 2014 by 4:00 p.m. CDT. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3C34181A001/listing.html)
- Record
- SN03443956-W 20140801/140730235934-d85ea02b4ec7a5aad8a5f18d7f7f4195 (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 |