SOLICITATION NOTICE
D -- Acronis Software Renewal and Support
- Notice Date
- 7/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ0013-17-Q-0081
- Archive Date
- 8/25/2017
- Point of Contact
- Erwin Cablay, Phone: 703-697-8951
- E-Mail Address
-
erwin.c.cablay.civ@mail.mil
(erwin.c.cablay.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: HQ0013-17-Q-0081 Notice Type: Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii)This solicitation document, HQ0013-17-Q-0081, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide The Arconis Software Renewal and Support. The period of performance is 23 Sep 2017 through 22 Sep 2018 plus four (4) Option Periods. The North American Classification System (NAICS) code is 541519, size standard is $27.5 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide the Arconis Software Renewal and Support. The requirements are detailed in the attached Performance Statement of Work (PWS). (vi)The requirement shall have Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for items/services. (vii) This acquisition is being competed as a Small Business Set-aside. (viii) Requirements as follows: CLIN Description Quantity Unit Of Issue 0001 Base Period 25 Each ABA UNIVERSAL LICS NAM V11.5 CO-TERM RNWL AAP GESD 15U+ Part# A3MXCPZZG13 0002 Base Period 10 Each BACKUP ADV F/ HYPER-V V11.5 COTERM RNWL AAP GESD 5-14U Part# V1HXCPZZG12 1001 Option Year 1 25 Each ABA UNIVERSAL LICS NAM V11.5 CO-TERM RNWL AAP GESD 15U+ Part# A3MXCPZZG13 1002 Option Year 1 10 Each BACKUP ADV F/ HYPER-V V11.5 COTERM RNWL AAP GESD 5-14U Part# V1HXCPZZG12 2001 Option Year 2 25 Each ABA UNIVERSAL LICS NAM V11.5 CO-TERM RNWL AAP GESD 15U+ Part# A3MXCPZZG13 2002 Option Year 2 10 Each BACKUP ADV F/ HYPER-V V11.5 COTERM RNWL AAP GESD 5-14U Part# V1HXCPZZG12 3001 Option Year 3 25 Each ABA UNIVERSAL LICS NAM V11.5 CO-TERM RNWL AAP GESD 15U+ Part# A3MXCPZZG13 3002 Option Year 3 10 Each BACKUP ADV F/ HYPER-V V11.5 COTERM RNWL AAP GESD 5-14U Part# V1HXCPZZG12 4001 Option Year 4 25 Each ABA UNIVERSAL LICS NAM V11.5 CO-TERM RNWL AAP GESD 15U+ Part# A3MXCPZZG13 4002 Option Year 4 10 Each BACKUP ADV F/ HYPER-V V11.5 COTERM RNWL AAP GESD 5-14U Part# V1HXCPZZG12 (ix) Offerors may complete the table provided at Attachment 1. (x) All prices are to be fully burdened, if offeror wishes to be reimbursed for OH, fees, fringe and etc. (xi) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xii) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) 52.212-2 -- Evaluation -- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition (xii) Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0792 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 52.204-7 System for Award Management (Oct 2016) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Govenrment Entity Code Maintenance (Jul 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 52.217-5 Evaluation of Options (Jul 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 252.225-7048 Export Controlled Items (Jun 2013) 52.232-18 Availability of Funds (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (xxv)The points of contact (POC) for this acquisition is Erwin Cablay. Erwin can be reached via email at erwin.c.cablay.civ@mail.mil or telephone at (703) 697-8951. Questions due not later than 7 Aug 2017 by 11:00am EST. (xiii) A detailed PWS or requirement description is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-17-Q-0081/listing.html)
- Record
- SN04593432-W 20170726/170725085904-5f546d1af46b6abab56a727808423214 (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 |