Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

70 -- Annual HP Hardware/Software Maintenance

Notice Date
2/4/2025 8:34:53 AM
 
Notice Type
Solicitation
 
NAICS
513210 —
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AQ4340A001
 
Response Due
2/10/2025 11:30:00 AM
 
Archive Date
02/25/2025
 
Point of Contact
DENINA HUDSON, Jenna Jacobson, Phone: 6612779885
 
E-Mail Address
denina.hudson@us.af.mil, jenna.jacobson@us.af.mil
(denina.hudson@us.af.mil, jenna.jacobson@us.af.mil)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is F1S0AQ4340A001 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01 effective 12 Nov 2024, DFARS Publication Notice (DPN) 20241125 effective 25 Nov 2024, and Air Force Acquisition Circular (DAFFARS) 2024-1016, effective 16 Oct 2024. (iv) This acquisition allows for a small business set-aside with an associated NAICS code of 513210 � Software Publishers, small business size standard of $47,000,000.00. The associated Service Code is 7B20-IT and Telecom-High Performance Computer (Hardware and Perpetual License Software). (v) The scope of this project requires a multi-year contract to include base year plus 4-year options to provide Annual HP Hardware/Software Maintenance at Edwards AFB, CA (Please see attached (See attached Salient Characteristics). (vi) N/A. (vii) The Government Place of Performance is 70 N. Wolfe Ave., Bldg 1635W RM 314 Edwards AFB, CA 93524. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.) In addition, the following information shall be included: 1. Offeror Name 2. Address 3. CAGE Code 4. Primary NAICS 5. Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.) 6. Payment Terms (net 30) or Discount 7. Point of Contact & Phone Number 8. Offeror Email address 9. A spreadsheet the breaks down the price elements 10. Technical and Company Capability: a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm�s capabilities to provide the services and full extent of items as outlined within the Salient Characteristics. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement. b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. (ix) FAR 52.212-2 Evaluation � Commercial Items, is applicable to this RFQ. ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items The solicitation provides that quotations will be evaluated using Best Value to the Government. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: Evaluation Factors: 1. Price 2.Technical Acceptability The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on the criteria set forth above. (x) Offerors must include with their quote a completed copy of the provision at FAR 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications�Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2023) applies. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made. (xiv) DPAS assigned rating is N/A. (xv) QUOTES ARE DUE NO LATER THAN 1130 PST on 10 February 2025. (xvi) Quotes shall be submitted electronically to contracting specialist to Denina Hudson at denina.hudson@us.af.mil and contracting officer Jenna A. Jacobson at jenna.jacobson@us.af.mil. The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation. PROVISIONS FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITIY CODE MAINTENANCE (Aug 2020) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (Mar 2023) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) CLAUSES FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Jan 2025) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.204-7019 Notice of NISTSP 800-171 DoD Assessment Requirements (Nov 2023) DFARS 252.204-7020 NIST SP 800-171DoD Assessment Requirements (Nov 2023) DFARS 252.211-7003 Item Identification and Valuation (Jan 2023) DFARS 252.223-7008 Prohibition on Hexavalent Chromium (Jan 2023) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.225-7035 Buy American�Free Trade Agreements�Balance of Payments Program Certificate (Feb 2024) DFAR 252.225-7048 Export-Controlled Items (June 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.239-7009 Representation of Use of Cloud Computing (Sep 2015) DFARS 252.239-7010 Cloud Computing Services (Jan 2023) DFARS 252.244-7000 Subcontracts for Commercial Items (Nov 2023) DAFFARS 5352.201-9101 Ombudsman (Jul 2023) DAFFARS 5352.223-9001 Health & Safety on Government Installations (Jul 2023) DAFFARS 5352.242-9000 Contractor Access to Department of the Air Force Installations (Jun 2024)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c887d9eb4fdf4bb991874076016975a2/view)
 
Place of Performance
Address: Edwards, CA, USA
Country: USA
 
Record
SN07332538-F 20250206/250204230035 (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.