MODIFICATION
D -- VMware Support and Maintenance
- Notice Date
- 12/4/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2273 Reynolds Rd, Fort Sam Houston, Texas, 78234-7584, United States
- ZIP Code
- 78234-7584
- Solicitation Number
- 0010162345
- Archive Date
- 12/25/2012
- Point of Contact
- Cynariah N. Wilkins, Phone: 2102213760
- E-Mail Address
-
cynariah.n.wilkins.civ@mail.mil
(cynariah.n.wilkins.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION The 502nd Contracting Squadron 2273 Reynolds Road, San Antonio, TX 78234 is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12 and 13. This requirement is being solicited as a 100% Small Business set aside on FedBizOpps. The North American Industry Classification System (NAICS) Code for this requirement is 541511, Custom Computer Programming Services; with a size standard of $25,500,000.00. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-62 effective 20 Nov 2012. The Government intends to award one Firm-Fixed Price contract for VMware Software Maintenance at Fort Sam Houston, Texas 78234 in support of Brooke Army Medical Center. Bid Schedule: Potential Offerors are to provide a quote for the supplies listed below. Quote shall include a unit and total price for the following bid schedule: Description CLIN 0001 VMware vSphere Enterprise Plus Support for 1 processor M5680-0LHDK-J8234-0YC86-3E5H5 VMware-VS4-ENT-PL-2PSSS-F 2 Each $ CLIN 0002 VMware vSphere Enterprise Plus Support for 1 processor M5680-0LHDK-J8234-0YC86-3E5H5 VMware-VS4-ENT-PL-2PSSS-F 2 Each $ CLIN 0003 VMware vSphere Enterprise Plus Support for 1 processor M5680-0LHDK-J8234-0YC86-3E5H5 VMware-VS4-ENT-PL-2PSSS-F 2 Each $ CLIN 0004 VMware vSphere Enterprise Plus Support for 1 processor M5680-0LHDK-J8234-0YC86-3E5H5 VMware-VS4-ENT-PL-2PSSS-F 2 Each $ CLIN 0005 VMware vSphere Enterprise Plus Support for 1 processor M5680-0LHDK-J8234-0YC86-3E5H5 VMware-VS4-ENT-PL-2PSSS-F 2 Each $ CLIN 0006 VMware vSphere Enterprise Plus Support for vCenter Server 5 Standard for vSphere 5 VMware - VCS5-STD-PSSS-F Instance: 125503790 1 Each $ CLIN 0007 VMware vSphere Enterprise Plus Support for 1 processor VMware - VS4-ENT-PL-2PSSS-F 3 Instance: 125503791 2 Each $ CLIN 0008 VMware vSphere Enterprise Plus for 1 processor 9J0AM-6L21H-N8930-01006-3NFMH VMware - VS4-ENT-PL-2PSSS-F3 2 Each $ CLIN 0009 Reinstatement Fees (If applicable) 1 Each $ Delivery Information FOB: Destination INSPECTION AND ACCEPTANCE: Destination PERIOD OF PERFORMANCE: 16 Dec 2012 - 15 Dec 2013 PLACE OF DELIVERY: Fort Sam Houston Provisions and Clauses OMBUDSMAN (APR 2010) 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 quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the 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, concerned parties may contact Mr. David E. Jones, Deputy Director of Contracting (HQ AETC/PK) 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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) 256-2397, 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. As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. ADDITIONAL INFORMATION: 1. QUOTATION PREPARATION INSTRUCTIONS: To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factor; FACTOR I - Price; FACTOR I - PRICE 1) An offer must be made on all CLINs for the offer to be eligible for consideration for award. The Government may assess the realism of proposed prices where a vendor's total evaluated price can realistically support the requirement herein 2. Basis of Award: The award will be made to the vendor whose quotation is deemed responsible and responsive, and represents the best value to the government based on the lowest evaluated price. The quotation will be deemed unacceptable if it doesn't meet the terms and conditions of this solicitation. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. 3. Questions regarding this Request for Quote are to be directed ONLY to the 502d Contracting Squadron personnel, all questions must be submitted by 12:00 Noon, CST, 6 December 2012. Questions should be in writing and sent by email to Cynariah N. Wilkins, Contract Specialist, at cynariah.n.wilkins.civ@mail.mil. Answers considered material to the successful receipt of quotes will be made accessible to all potential vendors via an amendment to this solicitation. 4. Submit your quote no later than 12:00 P.M., Central Standard Time, 10 December 2012. Submit electronically by e-mail to, cynariah.n.wilkins.civ@mail.mil. Insert proposed unit and extended prices in the above price schedule for each contract line item number (CLIN). All pricing will remain valid from the date of submission for 30 days. All offers must submit a completed copy of their Representations and Certifications. 5. Point of Contact Information: A. The Contract Specialist for this requirement is: Cynariah N. Wilkins (210) 221-3760 cynariah.n.wilkins.civ@mail.mil B. The Contracting Officer for this requirement is: Larry D. Sizer(210) 295-3880 larry.d.sizer.civ@mail.mil 6. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your contract number or invoice number will be required to inquire on the status of your payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a309869ebb63fe33c49ac342d97923d4)
- Place of Performance
- Address: Fort Sam Houston, San Antonio, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN02942051-W 20121206/121204235157-a309869ebb63fe33c49ac342d97923d4 (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 |