Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2014 FBO #4633
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 |
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.