This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented
with additional information included in this notice. This announcement
constitutes the
only solicitation; quotes are being requested and a separate written
solicitation will not
be issued.
Competitive quotes are being requested under Request for Quote (RFQ) #
N66001-17-Q-
6880. The NAICS code applicable to this acquisition is 511210 and the small
business
size standard is $38.5 Million. This procurement is a Total Small Business
Set-Aside. Only
quotes submitted by Small Business Concerns will be accepted by the Government.
Any
quote that is submitted by a non-Small Business Concern will not be considered
for
award.
To be considered acceptable and eligible for award, quotes must provide all of
the items
and quantities listed below. The Government will not consider quotes or offers
for partial
items or quantities. Anticipated contract line items are as follows:
Brand-name DO NOT SUBSTITUTE - ATLASSIAN CONFLUENCE (WIKI) & ATLASSIAN JIRA
(issue management and workflow)
Item: 0001 Team Calendars for Confluence (Server) Unlimited Users
QTY: 1 EA
Period of Performance: 12 months
Item 0002: JIRA Software (Server) Unlimited Users
QTY: 1 EA
Period of Performance: 12 months
Item 0003: Confluence (Server) Unlimited Users
QTY: 1 EA
Period of Performance: 12 months
Item 0004: Questions for Confluence (Server) Unlimited Users
QTY: 1 EA
Period of Performance: 12 months
Delivery Date: 30 Days ARO
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
N66001
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and ineligible for contract award.
1. Include pricing for each individual unit and a total price in US Dollars ($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code,
business size and type of small business, and telephone and e-mail address of
an Offeror
point of contact;
3. Stay within the page limitations indicated below;
4. Be submitted in electronic PDF or Excel format; and
5. Include the following certification and supply chain information.
All text shall be formatted on an 8 by 11 inch page in 12 point Times New
Roman font.
All pages of the Technical File shall be numbered and shall not exceed five
pages.
The technical acceptability shall include the following:
Factor I Specifications: Brand-name DO NOT SUBSTITUTE - ATLASSIAN
CONFLUENCE
(WIKI) & ATLASSIAN JIRA (issue management and workflow)
The price quote shall include the following:
Factor II Price:
The price quote shall include the following and is limited to one page:
Offerors shall
provide a unit price for each item and a total firm-fixed-price for all line
items. The total
firm-fixed-price shall include all applicable taxes, shipping, and handling
costs to the
shipping address listed above.
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a contract to the lowest price
technically acceptable quote received in response to this solicitation. Any
quote evaluated
as unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the
contractor to be familiar with the applicable clauses and provisions. The
clauses can be
accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following provisions apply to this acquisition:
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items
(Jan 2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes:
52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards
(Oct
2016);
52.209-6, Protecting the Government's Interests When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment (Oct 2015);
52.219-13, Notice of Set-Aside of Orders (Nov 2011);
52.219-28, Post award Small Business Program Representation (Jul 2013);
52.222-3, Convict Labor (Jun 2003);
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016);
52.222-21, Prohibition of Segregated Facilities (Apr 2015);
52.222-26, Equal Opportunity (Sep 2016);
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014);
52.222-50, Combating Trafficking in Persons (Mar 2015);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug
2011);
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008);
52.232-33, Payment by Electronic Funds Transfer System for Award Management
(Jul
2013);
52.233-3, Protest after Award (Aug 1996);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
This RFQ closes on 09 AUG 2017 at 16:00, Pacific Time. Questions and quotes
must be
uploaded on the SPAWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-17-Q-
6880. E-mail quotes or offers will not be accepted. Late quotes will not be
accepted. For
e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk
at 858-
537-0644 or
[email protected].
The point of contact for this solicitation is Adina Conwell at
[email protected].
Please include RFQ# N66001-17-Q-6880 on all inquiries. The due date for
questions is
09 AUG 2017. Questions may be addressed afterward at the discretion of the
Government.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered
DUNS and CAGE Code.
Bid Protests Not Available