Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

70 -- SolarWinds License Renewal with Log Analyser 100/500 BRAND NAME ONLY

Notice Date
8/5/2020 3:15:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
408TH HQ KUWAIT OFFICE APO AE 09366 USA
 
ZIP Code
09366
 
Solicitation Number
W912D1-20-R-0009
 
Response Due
8/20/2020 12:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
CPT Gregory J. Tomlinson, Phone: 318-480-6679, MAJ Philip Dillingham, Phone: 318-480-6677
 
E-Mail Address
gregory.j.tomlinson.mil@mail.mil, philip.h.dillingham.mil@mail.mil
(gregory.j.tomlinson.mil@mail.mil, philip.h.dillingham.mil@mail.mil)
 
Description
The RCC KU is soliciting a requirement for�BRAND NAME: SOLARWINDS�LICENSE RENEWAL WITH LOG ANALYSERS 100 AND 500 (LA100, LA500)�under combined synopsis/solicitation W912D1-20-R-0009 and is being issued for Request for Quotations (RFQ).�THE BRAND�NAME�J&A is attached herein.�This requirement is being solicited as BRAND NAME ONLY�under NAICS code�511210 ""Software�Publishers�. FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Wholesaler NAICS codes will not be accepted.� This award should be able to be filled by a single vendor. Minimum technical specs (BRAND NAME): ITEM# 0001 p/n: 3904 Solarwinds Enterprise Operations Console - License w/ 1YR Maint qty x 1 ITEM# 0002 p/n: 57005� Log Analyzer LA500 qty x 2 ITEM# 0003 p/n: 57003� Log Analyzer LA100 qty x 1 ALL CLINS MUST have a 1-year warranty/maintenance agreement SWID: SW22062780 CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the most responsive priced quote determine if the quote is responsive and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and responsive and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not responsive, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for responsiveness and acceptable or neutral past performance. This method will continue until the lowest priced, responsive quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and responsiveness. Person providing the quote certifies that the product meets or exceeds all minimum requirements as stated in the Request for Quote. In addition, the ability to meet the Government�s delivery schedule as specified will be evaluated under technical acceptability. NO MULTIPLE AWARDS. Quotes must include per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive SHIPPING INSTRUCTIONS Failure to comply with shipping requirements has been known to result in loss of shipments and unanticipated payment delays not compensated with interest. The contractor shall utilize FedEx, DHL, or UPS. Use of the US Postal system is NOT AN Authorized shipping method. Your shipment must be sent to the following address below: TBD: Arifjan Kuwait Once the contractor has the shipment tracking number, the tracking number shall be sent via email to the contracting officer and POC listed above. FOB: Destination SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award. �All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the RCC KU Procurement Division no later than�10:00 AM�(Eastern)�15�AUG�2020.� All submissions should be sent via email to:��gregory.j.tomlinson.mil@mail.mil with a subject line of�""Offer [VENDOR NAME] W912D1-20-R-0009 SolarWinds""� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. �Responses received after the stated deadline will be considered non-responsive and will not be considered. You must meet all technical aspects of this requirement in order to be considered technically acceptable.� Failing to meet this request will deem your proposal technically unacceptable and your proposal will not be considered. PROVISIONS & CLAUSES: The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � System for Award Management FAR 52.204-9 � Personal Identity Verification of Contractor Personnel FAR 52.204-16�� Commercial and Entity Code�Reporting FAR 52.204-18�� Commercial and Government Entity Code Maintenance FAR 52.204-19�� Incorporation by Reference of Representation and Certifications FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.211-6�� Brand Name or Equal FAR 52.212-1 � Instructions to Offerors FAR 52.212-2 � Evaluation �� Commercial Items FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-14 � Limitations on Subcontracting FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-40�� Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.201-7000 � Contracting� Officer�s Representative DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.204-7004 � Alternate A, System for Award Management DFARS 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation� DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.222.7002 � Compliance with Local Labor Laws�� (overseas) DFARS 252.223-7006 � Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous� Materials DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.225-7002 � Correspondence� in� English DFARS 252.225-7042�� Authorization to Perform DFARS 252.225-7048�� Export Controlled Items DFARS 252.227-7015�� Technical� Data-Commercial Items DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference.� This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8cf75ffca0c140d6999a94432d00b474/view)
 
Place of Performance
Address: KWT
Country: KWT
 
Record
SN05746882-F 20200807/200805230201 (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.