SOLICITATION NOTICE
D -- SPLUNK Professional Services
- Notice Date
- 8/29/2024 7:59:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- ZIP Code
- 00000
- Solicitation Number
- FA254824RB002
- Response Due
- 9/6/2024 11:00:00 AM
- Archive Date
- 09/21/2024
- Point of Contact
- Tyler Breedlove, Phone: 5058466647, Jennifer Wilterdink
- E-Mail Address
-
tyler.breedlove.1@spaceforce.mil, jennifer.wilterdink.1@spaceforce.mil
(tyler.breedlove.1@spaceforce.mil, jennifer.wilterdink.1@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Ammendment 0001: Response Deadline date changed FROM 30 August 2024 TO 06 September 2024. Updated Attachment ""RFP - Splunk Professional Services"" to reflect the Response Deadline date change as stated above. Listed as ""RFP - Splunk Professional Services - Ammend 0001"" SOLICITATION NOTICE: Requirement Title:��������������������������� SPLUNK Professional Services Solicitation Number:������������������������ RFP � FA254824RB002 Solicitation Issue Date:���� ��������������� _23_ August 2024 Response Deadline:�������������������������� _06_ September 2024 no later than 1200 hours (MST) Points of Contacts:���������������������������� Tyler Breedlove / tyler.breedlove.1@spaceforce.mil / 505-846-6647 Alternate POC:������������������ ��������������� Same info as previous Contracting Officer:������������������������ Jennifer Wilterdink / jennifer.wilterdink.1@spaceforce.mil GENERAL INFORMATION 1.� This is a combined synopsis/solicitation notice for commercial product/services in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information in this notice. This is a request for proposals (RFP). �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2.� This solicitation is being issued as a(n):� Request for Proposals (RFP). 3.� This acquisition is set-aside 100% for Small Business Competition. 4. �North American Industry Classification System Code (NAICS) is 541519 � Other Computer Related Services. 5.� The size standard of $34 million. All qualified small businesses under this industry are encouraged to submit quotes. 6.� PSC: DA10 � IT AND TELECOM � BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE. REQUIREMENT INFORMATION Line Item Number | Item | Quantity | Unit of Measure CLIN0001 | SPLUNK Professional Services | 1 | Each CLIN0002 | Travel/ODCs | 1 | Lot Description: See Attachment 1 � PWS SPLUNK Professional Services for detailed specifications. Our estimate timeframe for this Performance Work Statement (PWS) is 80 hours. If proposing above 80 hours, provide a justification. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Kirtland AFB, New Mexico 87117 (exact customer address will be provided in the resulting contract). INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Questions may be submitted to the POC and Contracting Officer listed above no later than _28_ August 2024, 12 PM Mountain Standard Time.� Questions submitted after this date may not be answered. 2.� Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer listed above no later than the established deadline. 3.� All price quotations must contain the information in question 4 and it must be filled in entirely; all technical submissions must be submitted on a separate document. 4. Complete the below contractor identification information: Company Name: ����������������������������������������������� Point of Contact: Address: �������������������������������������������������������������� Telephone Number: Discount Terms: ������������������������������������������������ SAM Registered: Yes/No Small Business: Yes/No ����������������������������������� DUNS # CAGE # �������������������������������������������������������������� Estimated Delivery Date: Signature / Date: ������������������������������������������������ Printed Name: CLAUSES AND PROVISIONS FAR provision 52.212-3, Offeror Representations and Certifications � Commercial Items with an Alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications � Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation. FAR clause 52.212-4, Contract Terms and Conditions � Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders � Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference: 52.204-27, Prohibition on a ByteDance Covered Application 52.222-19, Child Labor � Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportuniy for Workers with Disabilities 52.222-50, Combating Trafficking Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer � System for Award Management The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at https://www.acqusition.gov The following provisions and clauses are hereby included by full text or by reference as prescribed: 52.204-7, System for Award Management 52.247-34, F.O.B. Destination 252.232-7006, Wide Area Work Flow Payment Instructions EVALUATION CRITERIA �(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i � Technical Acceptability, technical evaluation team will evaluate by assigning a rating of �acceptable� or �unacceptable�.� The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award.� Once a proposal is deemed acceptable, all technical proposals are considered equal. Provide the most optimal Delivery Schedule. ii � Price � Price will be evaluated on a comparative basis amongst all received quotations and the Government�s estimate. ATTACHMENTS Attachment 1 � PWS SPLUNK Professional Services
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5487d8d456d14aa99d619b7b72b7bfdd/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN07191547-F 20240831/240829230115 (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 |