SOLICITATION NOTICE
70 -- Elastic Stack LICENSE SUPPORT RENEWAL
- Notice Date
- 7/22/2020 7:16:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
- ZIP Code
- 40121-5000
- Solicitation Number
- W9124D-20-Q-0164
- Response Due
- 7/30/2020 12:00:00 AM
- Archive Date
- 01/26/2021
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Awardee
- null
- Description
- 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. The solicitation number is W9124D-20-Q-0164 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-07-30 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Knox, KY 40122 The MICC Fort Knox requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Elastic Stack License Renewal 12 MONTHS, ELASTICSEARCH, INC Description: Billable Nodes for a Federal Subscription - 64GB POP Date: 9/19/20 - 9/18/21, 25, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY. NO remanufactured or used products. NO ""GREY"" market items. PLEASE SEE LINE ITEM DESCRIPTIONS. Bid MUST be good for 30 calendar days after submission. PLEASE SEE LINE ITEM DESCRIPTIONS. FOB Destination CONUS (CONtinental U.S.). PLEASE SEE LINE ITEM DESCRIPTIONS. No partial shipments unless otherwise specified. PLEASE SEE LINE ITEM DESCRIPTIONS. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports , the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM / within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF . Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. This supersede paragraph herein titled "" Evaluation Criteria/ Basis of Award"" provided under Bidding Requirements (Instructions). Sellers understand that Fedbid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/ or departmental guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, considering only price and the price-related factors. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov (End of clause) All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. Provisions 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7-System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204.17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.204-26 Covered telecommunications Equipment or Services--Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1-Instructions to Offerors Deviation 2018-O0018 52.212-3 (ALT I)-Reps & Certs 52.225.25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 252.203-7005-Representation Relating to Compensation of Former DoD Officials Clauses 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-13-System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference and Representation and Certifications 52.204-19 Incorporation by Reference of Representations and Certifications 52.212-4-Contract Terms & Conditions 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 252.203-7000-Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003-Control of Government Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7048 Export- Control Items 252.232-7003-Electronic Invoicing 252.232-7010-Levies on Contract Payments 252.244-7000-Subcontracts for Commercial Items 252.247-7023-Transportation of Supplies by Sea Full text attached: 52.212-5 Contract Terms and Conditions Class Deviation 2018-O0021 52.252-1-Provisions by Reference 52.252-2-Clauses by Reference 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area WorkFlow Payment Instructions
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e22463fe06a04edda1832f1b17fcb888/view)
- Place of Performance
- Address: Fort Knox, KY 40122-5301, USA
- Zip Code: 40122-5301
- Country: USA
- Zip Code: 40122-5301
- Record
- SN05729977-F 20200724/200722230147 (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 |