SOLICITATION NOTICE
70 -- Brand Name Only VMWare Licenses
- Notice Date
- 9/22/2020 7:38:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- FA445220Q0035
- Response Due
- 9/25/2020 2:00:00 PM
- Archive Date
- 10/10/2020
- Point of Contact
- Russell D. Lowery, Phone: 6182569850
- E-Mail Address
-
russell.lowery.1@us.af.mil
(russell.lowery.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- MEMORANDUM FOR ALL SMALL BUSINESS OFFERORS FROM: 763 Enterprise Sourcing Squadron (ESS) �510 POW/MIA Drive, Bldg. P40, Suite E1004 �� �������� �Scott AFB, IL 62225 SUBJECT: Small Business Set-Aside Simplified Acquisition Quote Request (SAQR), FA4452-20-Q-0035, BRAND NAME ONLY VMware Software License Renewal� 1. This is a SAQR for the subject project to be awarded pursuant to Federal Acquisition Regulation (FAR) Part 13 and the specific requirements outlined in this request with attachments. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. Headquarters Air Mobility Command Directorate of Communications (HQ AMC/ A6) requires licenses and maintenance for Brand Name Only (BNO) VMware for �7 (ea.) vSphere 7, 3 (ea.) Enterprise, 21 (ea.) Data Center Enterprise Plus and 21 (ea.) Enterprise Plus processors at Scott AFB, IL.� The software technical support includes 24/7 technical support which consists of unlimited number of calls, regular updates on the status of open cases, support technicians who are VMware certified with highly skilled security qualifications, remote debugging and reconfiguration tools for rapid fault resolution, chat and web support, and direct access to product specialists for support of VMware vSphere7 Enterprise processors. Delivery shall be made on or before 2 October 2020.� 2. The selection methodology for award of this contract will be made on a lowest priced technically acceptable (LPTA) basis. The Government intends to award a single, firm fixed price (FFP) contract for the subject effort. 3. There are two attachments to this SAQR: Attachment 1, Pricing and Information Sheet and Attachment 2, Provisions and Clauses. �A response to this solicitation shall consist of completion of Attachment 2 Pricing and Information Worksheet and applicable specifications (or a submitted quote in contractor format as long as it, at a minimum, depicts unit and extended prices (rounded to the nearest dollar), applicable specifications and delivery periods), and Attachment 1 Provisions and Clauses, specifically provision FAR 52.212-3, Offeror Representations and Certifications�Commercial Items. Offerors also shall submit on company letterhead a statement that 1) the required BNO VMware products will be provided and 2) the offeror is able to comply with the required delivery dates identified in paragraph #1. 4. Basis of Award: Award will be made IAW FAR Parts 12 and 13 procedures and the procedures specified in this SAQR, and on the basis of the lowest total aggregate price quote that is technically acceptable. A contract may be awarded to the offeror who is deemed responsible IAW FAR 9.1, as supplemented, whose quote conforms to the SAQR�s requirements and is judged to represent a technically acceptable quote with the lowest complete and reasonable price.� Quotes received from contractors who are not considered certified resellers of VMWare will be determined technically unacceptable.�� First, the Government will rank the quotes which conform to the SAQR�s requirements from lowest price to highest price. Next, the Government will evaluate the lowest priced offeror for technical acceptability as follows: Technically Acceptable- quote meets all the requirements of this SAQR and its attachments. Technically Unacceptable- quote does not meet all the requirements of this SAQR and its attachments. If the quote with the lowest price is determined technically acceptable, the Government will evaluate the offeror�s total aggregate price for completeness, reasonableness, and unbalanced pricing. In order to determine price fair and reasonable, the evaluation process may continue until reaching two technically acceptable quotes (to establish adequate price competition). Definitions for completeness, reasonableness, and unbalanced pricing are defined below. If the lowest priced quote is technically acceptable and the price is complete and reasonable, that offeror�s quote represents the best value to the Government and award will be made to that offeror. If the lowest priced quote is not technically acceptable, the Government will consider the correction potential and may enter into interchanges with that offeror. If, after interchanges with that offeror, their quote is technically acceptable and remains the lowest priced, the contract will be awarded to that offeror. If the Government deems the quote not easily correctable, or if at any time it becomes other than the lowest priced quote, the next lowest priced quote will be evaluated for technical acceptability, followed by an analysis of their price to verify reasonableness and completeness. Interchanges will take place as necessary or deemed appropriate by the Government. This evaluation process will be repeated until reaching a technically acceptable quote, or until all quotes are evaluated. Applicable definitions for price completeness and reasonableness are outlined below: Completeness - The quote will be reviewed to determine the extent to which all the price elements have been addressed. The review will determine the adequacy of the offeror�s quote in addressing and fulfilling the SAQR requirements. Reasonableness - For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. The Government will determine prices fair and reasonable through the use of one or more of the price analysis techniques at FAR 13.106-3(a). Unbalanced Pricing - Contractors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 5. The Government intends to make award based on the initial quote submissions without conducting interchanges. Therefore, each offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government. Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the offerors that may address any aspect of the quote and may or may not be documented in real time. However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). Offeror responses to INs will be considered in making the award selection decision. Interchanges may be conducted with one, some, or all offerors. The Government is not required to conduct interchanges with any or all offerors responding to this SAQR. This acquisition follows the ordering procedures outlined in FAR Part 13, as supplemented. The CO will determine prices fair and reasonable through the use of one or more of the evaluation techniques at FAR 13.106-3(a). 6. This SAQR is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a quotation. The Government reserves the right not to award a contract in response to this SAQR. Prior to commencement of any activities associated with delivery of this requirement, the Government will issue a written directive or contractual document signed by the CO with appropriate consideration established. 7. Quotes shall be submitted by email to lauren.luebbers@us.af.mil and russell.lowery.1@us.af.mil no later than 25 September 20 at 4:00 PM Central Time. All electronic submissions shall reference the completed SAQR number in the subject line. LATE SUBMISSIONS WILL NOT BE ACCEPTED. For all contractual questions and comments, please contact Ms. Lauren Luebbers, Contract Specialist via email at lauren.luebbers@us.af.mil as well as Mr. Russell D. Lowery, Contracting Officer, via email at russell.lowery.1@us.af.mil. Attachments: Attachment 1, Pricing and Information Sheet Attachment 2, Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0dd4f51249e14f0da58e772660399b5d/view)
- Place of Performance
- Address: Scott AFB, IL 62225, USA
- Zip Code: 62225
- Country: USA
- Zip Code: 62225
- Record
- SN05807458-F 20200924/200922230213 (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 |