SOLICITATION NOTICE
70 -- Solarwinds
- Notice Date
- 4/2/2020 12:48:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- U S ARMY DEPOT LETTERKENNY CHAMBERSBURG PA 17201-4150 USA
- ZIP Code
- 17201-4150
- Solicitation Number
- W911N2-20-Q-0018
- Response Due
- 4/7/2020 1:00:00 PM
- Archive Date
- 04/22/2020
- Point of Contact
- Hawa Janneh, Phone: 7172678036
- E-Mail Address
-
hawa.janneh.civ@mail.mil
(hawa.janneh.civ@mail.mil)
- Description
- This is a solicitation for commercial items prepared in accordance with the format in 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. The purchase request number for this procurement is W911N2-20-Q-0018 and this is a Request for Quotation (RFQ). This announcement will be issued as a solicitation. The anticipated award will be a Firm Fixed Price Contract. The award will be made based on lowest price. The solicitation shall incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is 511210.� Small business size standard is $41,500,000. All responsible contractors shall provide an offer for the following and must meet the requirements to be considered.� Requirement is for brand name only.� Contractor must be an authorized reseller in order to be considered eligible for award. ������������������������ SWID: SW22014481 CLIN 0001����������������������������������������������������� 1��������� Lot PN: 1254278 DESCRIPTION: Upgrade of Network Performance Monitor CLIN 0002 PN:3607��������������������������������������������������������� 1��������� Lot DESCRIPTION: Upgrade of Netflow Traffic Analyzer CLIN 0003 PN: 80197������������������������������������������������������ 1��������� Lot DESCRIPTION: IP Address Manager CLIN 0004 PN: 60182������������������������������������������������������ 6��������� Lot DESCRIPTION: Engineers Toolset CLIN 0005 PN:80209������������������������������������������������������� 1��������� Lot DESCRIPTION: Network Performance Monitor CLIN 0006 PN: 80214������������������������������������������������������ 1 �������� Lot DESCRIPTION: Netflow Traffic Analyzer CLIN 0007 PN: 80202������������������������������������������������������ 1��������� Lot DESCRIPTION: Network Configuration Manager � Brand Name Quotes must be valid for 30 days. �Include any re-instatement fee if applicable. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions will be included in the established agreements: Offerors must complete FAR 52.212-3, ALT I Offerors Representations and Certifications Commercial Items. FAR 52.212-1, Instruction to Offerors Commercial Items apply to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 System for Award Management; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representation and Certifications; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-2 Evaluation- Commercial Items. (OCT 2014) FAR 52.212-3, Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contract and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management(31 U.S.C. 3332); FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-1 Disputes; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law For Breach Of Contract Claim; FAR 52.247-34 F.o.b. Destination; FAR 52.252-1 Solicitation 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 Deviations In Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.225-7001 Buy American Act and Balance of Payments Program(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests(10 U.S.C.); DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing Of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; � Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN:� CCAM-MLK, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN:� CCAM-MLK� 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Hawa Janneh, hawa.janneh.civ@mail.mil Letterkenny Army Depot (AMCOM-CC) IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award; 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Offers are due by close of business 07 April 2020, 2:00 PM Eastern Standard Time. Offerors must submit any questions before 06 April 2020 to ensure they are considered. Submit offers via email to hawa.janneh.civ@mail.mil 6) Payment will be made through Wide Area Work Flow (WAWF).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9463d5b4664b46a4951a154a003544af/view)
- Place of Performance
- Address: Chambersburg, PA 17201, USA
- Zip Code: 17201
- Country: USA
- Zip Code: 17201
- Record
- SN05609066-F 20200404/200402230212 (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 |