SOLICITATION NOTICE
70 -- SIPRNet VDI Upgrade and Health Services Review to Fix Usability Issues
- Notice Date
- 6/9/2022 3:04:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
- ZIP Code
- 82005-2860
- Solicitation Number
- FA461322Q1021
- Response Due
- 6/24/2022 10:00:00 AM
- Archive Date
- 07/09/2022
- Point of Contact
- Chad Evans, Phone: 3977733749, Austin Breault, Phone: 3077734752
- E-Mail Address
-
chad.evans.19@us.af.mil, austin.breault@us.af.mil
(chad.evans.19@us.af.mil, austin.breault@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Solicitation Number: FA461322Q1021 Purchase Description: SIPRNet VDI Upgrade and Health Services Review to Fix Usability Issues ������������������������������������������������������������������������������������� This is a Combined Synopsis Solicitation Notice for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to Contract Opportunities found on the SAM.gov website as a 100% Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322Q1021, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 511210, with a small business size standard of 41.5M. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-04 (effective 30-Jan-22), Defense Federal Acquisition Regulation Supplement DFARS Change Number 3/18/2022 (effective 18-Mar-22) and Air Force Federal Acquisition Regulation Supplement AFAC 2021-0726 (effective 16-Jul-21) DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. The Contractor shall perform an upgrade of the existing VMWare Horizon 7.x environment to version 8.x by a Certified VMWare partner/reseller who has provided proof of VMWare Certification.� In addition, the Contractor shall conduct a health review of systems and services by an adequate subject matter expert and investigate solutions and recommendations for improving Central Processing Unit (CPU) performance on the Virtual Desktop Infrastructure (VDI) desktops.� Current VDI desktops and their associated resources are heavily impacted by the activity of the Symantec Host-Based Security System (HBSS) agent.� The Contractor shall utilize their findings from the health review to identify issues, fixes, needed labor, and potential upgrades necessary to meet the needs of future project requirements.� The Contractor shall provide all equipment, tools, materials, supplies, transportation, labor, supervision, management, and other incidentals necessary to meet the requirements as stated in this SOW. � Brand Name (Reference Attachment 1 � Statement of Work) Requirements are as follows: CLIN 0001: Secure Internet Protocol Router Network (SIPRNet) Virtual Desktop Infrastructure (VDI) Upgrade. � Brand Name Specifications: Reference Attachment 1 � Statement of Work. Quantity: 1 Units of Issue: Each (price is to include all cost) Quoted Unit Price: $__________ ���Quoted Total Price: $____________ CLIN 0002: Health Services Review to Fix Usability Issues. Specifications: Reference Attachment 1 � Statement of Work. Quantity: 1 Units of Issue: Each (price is to include all cost) Quoted Unit Price: $__________��� Quoted Total Price: $____________ �������������������������������������������������� ��������������������������������������������Overall Total Price: $ __________________ DELIVERY DATE(S): Estimated Delivery of 30 Days After Date of Order/Contract (if will take longer ensure to state timeframe) PLACE OF DELIVERY:� F.E. Warren AFB, Wyoming. FOB Destination. Quotes MUST be received no later than 24 June 2022; 11:00 AM MST by e-mail to both chad.evans.19@us.af.mil and austin.breault@us.af.mil. Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. SITE VISIT: A site visit will be held on Tuesday, 21 June 2022 at 11:00 AM MT. Attendance is highly recommended. If your company plans to attend, please notify this office no later than 11:00 AM MT, Wednesday, 15 June 2022 via email. Due to COVID restrictions, we ask that no more than two (2) representatives per company be present at the site. In the event you require base access passes, please state the need in your site visit confirmation email. FAILURE TO PROVIDE CONFIRMATION OF ATTENDANCE WILL RESULT IN BASE ACCESS DENIAL. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in Attachment 2 � Provisions and Clauses.� The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) (a)�North American Industry Classification System (NAICS) code and small business size standard.�The NAICS code(s) and small business size standard(s) for this�acquisition�appear elsewhere in the�solicitation�. However, the small business size standard for a concern that submits an�offer�, other than on a�construction�or service�acquisition�, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the�acquisition�� (1)Is set aside for small business and has a value above the�simplified acquisition threshold�; (2)Uses the�HUBZone�price evaluation preference regardless of dollar value, unless the�offeror�waives the price evaluation preference; or (3)Is an 8(a),�HUBZone�, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)�Submission of offers. Submit signed and dated offers to the office specified in this�solicitation�at or before the exact�time�specified in this�solicitation�. Offers�may�be submitted on the�SF 1449, letterhead stationery, or as otherwise specified in the�solicitation�. As a minimum, offers�must�show� (1)�The�solicitation�number; (2)�The�time�specified in the�solicitation�for receipt of offers; (3)�The name, address, and telephone number of the�offeror�; (4)�A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the�solicitation�. This�may�include product literature, or other documents, if necessary; (5)�Terms of any express�warranty�; (6)�Price and any discount terms; (7)�""Remit to"" address, if different than mailing address; (8)�A completed copy of the representations and certifications at Federal�Acquisition�Regulation (FAR)�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the�offeror�shall�complete electronically); (9)�Acknowledgment of�Solicitation�Amendments; (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items (m) FAR 52.212-1 is hereby tailored as follows: (1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. (3) The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. (4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote Unacceptable. (5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission. DELIVERABLES: (1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price. (2) Total Firm Fixed price (3) Any Discount Terms (4) Estimated time of delivery (5) Technical Submission Requirements ����� (i.) Must identify if item is on GS Schedule or Open Market.� ����� (ii.) Quote shall contain a description including part numbers and title. ����� (iii.) Provide documentation showing that the contractor is an authorized VMWare partners/resellers. (6) Cage Code (7) Company Name and Address (End of provision) FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) FAR 52.212-2 is hereby tailored as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the service offered: meets Brand Name to the Government requirements/specification and all deliverables as outlined above under FAR 52.212-1. The Government will validate all quoters are authorized partners/resellers of VMWare. (ii) Price: Award will be made to the lowest price technically acceptable quote. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to the extent required to determine the reasonableness of the offered prices. ����������� (iii) The Government will evaluate quotes in accordance with the following evaluation criteria. The Government will evaluate quotes for acceptability, but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is the Government�s best interest to do so. (b) deleted (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.237-1 Site Visit (APR 1984) Offerors�or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that�may�affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event�shall�failure to inspect the site constitute grounds for a�claim�after contract award. (End of Provision) AFFARS 5352.201-9101 AFGSC Ombudsman (OCT 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) ATTACHMENTS Attachment 1 � Statement of Work Attachment 2 � Provisions and Clauses Attachment 3 � JnA Brandname Attachment 4 � Wage Determination 2015-5405 Rev. 16
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72fac42e47c94b9496532a7eb18ab25f/view)
- Place of Performance
- Address: FE Warren AFB, WY 82005, USA
- Zip Code: 82005
- Country: USA
- Zip Code: 82005
- Record
- SN06353596-F 20220611/220609230107 (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 |