SOLICITATION NOTICE
70 -- SMALL BUSINESS SET-ASIDE FOR 7,600 Tanium user licenses, to include: Tanium Discover, Tanium Asset, Tanium Deploy, Tanium Comply Plus, Tanium Core Platform, Tanium Patch 2, and Tanium Certificate Manager
- Notice Date
- 5/24/2024 7:51:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX24Q0143
- Response Due
- 5/31/2024 8:59:00 AM
- Archive Date
- 06/15/2024
- Point of Contact
- John (Colin) Joseph
- E-Mail Address
-
john.c.joseph18.ctr@army.mil
(john.c.joseph18.ctr@army.mil)
- Description
- Solicitation Number: W911QX24Q0143 Title: SMALL BUSINESS SET-ASIDE FOR 7,600 Tanium user licenses, to include: Tanium Discover, Tanium Asset, Tanium Deploy, Tanium Comply Plus, Tanium Core Platform, Tanium Patch 2, and Tanium Certificate Manager Classification Code: 7B NAICS Code: 513210 Response Date: 11:59 ET on 05/31/2024 Description: Disclaimer: 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04 effective 01 May 2024. For purposes of this acquisition, the associated NAICS code is 513210.� The small business size standard is $47,000,000.00. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Discover. CLIN 0002: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Asset. CLIN 0003: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Deploy. CLIN 0004: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Comply Plus. CLIN 0005: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Core Platform. CLIN 0006: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Patch 2. CLIN 0007: Qty seven-thousand six hundred (7,600) each one year subscription to Tanium Certificate Manager. Specifications/Requirement: N/A Delivery: Delivery is required by seven (7) days after contract award (ACA). Delivery shall be made to U.S Army Research Laboratory at Aberdeen Proving Ground (APG), Maryland 21005. Acceptance shall be performed at Government site (APG). The FOB point is Destination. Clauses: The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance Delivery Time Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. 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 (JUN 2020) 52.204-27���� PROHIBITION ON A BYTEDANCE COVERED� �������������������� APPLICATION�(JUN 2023) 52.209-6������ PROTECTING THE GOVERNMENT� INTEREST WHEN��������������������������������������������������������������������������������������� ����������������������� SUBCONTRACTING WITH CONTRACTORS DEBARRED, ����������������������� SUSPENDED, OR PROPOSED FOR DEBARMENT������������������������������ ����������������������� (NOV 2021) 52.213-2������� INVOICES (APR 1984) 52.219-28� ��� POST-AWARD SMALL BUSINESS PROGRAM�� �������������������� REREPRESENTATION (SEP 2023) 52.222-3������� CONVICT LABOR (JUN 2003) 52.222-19����� CHILD LABOR--COOPERATION WITH AUTHORITIES AND����������� ��������������������� REMEDIES (DEC 2022) 52.222-21��� � PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26���� EQUAL OPPORTUNITY (SEP 2016) 52.222-35������ EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36 ���� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES���������������������� ����������������������� (JUN 2020) 52.222-37����� EMPLOYMENT REPORTS ON VETERANS (JUN 2020) 52.222-50����� COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18���� ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT������������������������������������������������������������������������ ����������������������� MESSAGING WHILE DRIVING (JUN 2020)�� 52.225-13��� � RESTRICTIONS ON CERTAIN FOREIGN PURCHASES �������������������� (FEB 2021) 52.232-18���� AVAILABILITY OF FUNDS (APR 1984) 52.232-33���� PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL ����������������������� CONTRACTOR REGISTRATION (OCT 2018) 52.232-36���� PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001, BUY AMERICAN AND THE VALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (NOV 2023) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) 252.246-7008, SOURCES OF ELECTRONIC PARTS (JAN 2023) 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: FAR: 52.204-7���� SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13�� SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16��� COMMERCIAL AND GOVERNMENT ENTITY CODE ������������� ����������� ���������REPORTING (AUG 2020) 52.204-18��� COMMERCIAL AND GOVERNMENT ENTITY CODE� ������������ ����������� ���������MAINTENANCE (AUG 2020) 52.232-40���� PROVIDING ACCELERATED PAYMENTS TO SMALL ��������� ����������� ����������BUSINESS SUBCONTRACTORS (NOV 2021) 252.203-7000�������� REQUIREMETNS RELATING TO COMPENSATION OF ������������������������������ FORMER DOD OFFICIALS (SEP 2011)�� 252.204-7000�������� DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003���� ELECTRONIC SUBMISSION OF PAYMENT REQUEST AND�� �������������������������� RECEIVING REPORTS (DEC 2018) FAR/DFAR FILL-IN/FULL TEXT PROVISIONS/CLAUSES: 52.204-24 ���������������� REPRESENTATION REGARDING CERTAIN �� ���������������� ���������������� TELECOMMUNICATIONS AND VIDEO SURVEILLANCE���� ������������������� ������������� SERVICES OR EQUIPMENT (NOV 2021) 52.204-26��� COVERED TELECOMMUNICATIONS EQUIPMENT OR��� ������������������� SERVICES REPRESENTATION (OCT 2020) 52.252-1������������������� PROVISIONS INCORPORATED BY REFERENCE (FEB ����������������������������������� 1998) 52.252-2������������������� CLAUSES INCORPORATED BY REFERENCE (FEB ����������������������������������� 1998) 252.211-7003���������� ITEM IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7006���������� WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS ����������������������������������� (DEC 2018) LOCAL CLAUSES ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) TAX EXEMPTION CERT. (WSMR) RECEIVING ROOM REQUIREMENTS � ALT I APG RECEIVING ROOM REQUIREMENTS- ALC RECEIVING ROOM REQUIREMENTS- ALT II WSMR DFARS COMMERCIAL CLAUSES PAYMENT OFFICE (BANKCARD) EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ACWS TRANSITION INFORMATION FOR OFFERORS This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. Place of Performance: Contractor Facility
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b119b3aaf7a4b2d8fb98f23ce868933/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07076843-F 20240526/240524230050 (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 |