Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOLICITATION NOTICE

70 -- BRAND NAME � Nutanix Inc. manufacutured Software

Notice Date
3/5/2020 6:56:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX20Q0015
 
Response Due
3/12/2020 8:59:00 AM
 
Archive Date
03/27/2020
 
Point of Contact
Crystal L. Demby, Phone: 3013945332
 
E-Mail Address
crystal.l.demby.civ@mail.mil
(crystal.l.demby.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS � Class Code: 70 � NAICS Code: 511210 Subject: BRAND NAME � Nutanix Inc. manufacutured Software � Solicitation Number: W911Q20Q0015 � Set-Aside Code: N/A � Response Date: 03/12/2020 7. Place of Delivery/Performance: U.S. Army Research Laboratory Adelphi, MD 20783-1138 � � 8.� ����������������������� (i)� This is 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; proposals are being requested and a written solicitation will not be issued. �INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with authorized resellers of only one source under the authority of FAR 13.106-1(b)(1)(i). The Government intends to award a contract to authorized resellers of Nutanix, Inc., 1740 Technology Dri ve, #150, San Jose, CA 95110 (CAGE: 6RG48). � ����������������������� (ii)� The solicitation number is W911QX20Q0015.� This acquisition is issued as an Request For Quote (RFQ). � ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01 effective 15 January 2020 � ����������������������� (iv)� ��The associated NAICS code is 511210.� The small business size standard is $41,500,000.00. � ����������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� � Contract Line Item Number (CLIN) 0001: Quantity one (1) each: License, AOS ULT entitlement & Federal Production 24/7 System support bundle for 3YR, Product Name: SW-AOS-ULT-FED-PRD-3YR CLIN 0002: Quantity one thousand five hundred and twenty (1520)each: License, AOS ULT entitlement & Federal Production 24/7 System support bundle for 1 CPU core for 3YR, Product Name:�� L-CORES-ULT-FED-PRD-3YR CLIN 0003: Quantity two hundred fifty one (251) each: License, AOS ULT entitlement & Federal Production 24/7 System support bundle for 1 TiB of flash for 3YR, Product Name: L-FLASHTiB-ULT-FED-PRD-3YR CLIN 0004: Quantity one (1) each: License, AOS ULT entitlement & Federal Production 24/7 System support bundle for 5YR, Product Name: SW-AOS-ULT-FED-PRD-5YR CLIN 0005: Quantity one hundred forty (140) each: License, AOS ULT entitlement & Federal Production 24/7 System support bundle for 1 CPU core for 5YR, Product Name: L-CORES-ULT-FED-PRD-5YR CLIN 0006: Quantity fifteen (15) each: License, AOS ULT entitlement & Federal Production 24/7 System support bundle for 1 TiB of flash for 5YR, Product Name: L-FLASHTiB-ULT-FED-PRD-5YR � ����������������������� (vi) �Description of requirements: N/A � ����������������� (vii) Delivery is required by 30 Days following award. Delivery shall be made to Adelphi, Maryland 20783-1138. Acceptance shall be performed at Adelphi, Maryland 20783-1138. The FOB point is Destination. � ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: N/A � (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.� Technical Acceptability: � The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation.� The Technical element of the evaluation shall be based solely on information furnished by the vendor.� The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement.� If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.� � Past Performance: � Past performance will be evaluated on an acceptable/unacceptable rating basis. An �Acceptable� rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates.� An �Unacceptable� rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates.� The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit two (2) records of past performance from the past twenty-four (24) months with their offer. Only offerors rated �Acceptable� will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated �Acceptable�. � Price (include in all instances): � Price will be evaluated based on the total proposed price, including options, (if any). � ����������������������� ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. � ����������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this NONE � ����������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: � FAR � 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (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) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 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�CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000: BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001: BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) ����������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): � 52.204-7, SYSTEM FOR AWARD MANAGEMENT 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FAR/DFARS FILL-IN CLAUSES 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) ADEPLHI LOCAL CLAUSES ACC � APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE (MANUFACTURER) TYPE OF CONTRACT RECEIVING ROOM REQUIREMENT� ALC GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) AWARD OF CONTACT EXCEPTIONS IN PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING PAYMENT OFFICE (BANKCARD)� PAYMENT INSTRUCTIONS � ����������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A ����������� (xv)� The following notes apply to this announcement:� The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. � � ����������� (xvi)� Offers are due on 12 March 2020, by 11:59 AM EST crystal.l.demby.civ@mail.mil � ����������� (xvii)� For information regarding this solicitation, please contact Crystal Demby, 301-394-5332, crystal.l.demby.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/162c1af5efac4176a3a7e9db8f9f2e0d/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN05581284-F 20200307/200305230150 (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.