The Government contemplates award of a Firm-Fixed Price (FFP) purchase order. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and in conjunction with FAR Part 13, Simplified Acquisition Procedures. Offers shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process.
Description of Requirement: This requirement is for the procurement of Citrix XenApp and Citrix NetScaler brand name software. Please see Attachment 1, Equipment Specifications for a complete list of the required supplies. The particular brand name is essential to the Government's requirements. Quotes submitted for software other than the specific brand name shall be deemed technically unacceptable.
Instructions to Offerors: Offerors shall submit priced quotes in accordance with the CLIN structure in Attachment 1. Please see the attached Instructions of Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price proposal meeting or exceeding the acceptability standards for non-cost factors.
SUBMISSION PROCEDURES:
All questions must be submitted no later than 28 June 2016, 3:00 P.M. EST. Please submit questions to Ms. Amy Bozzard via email at [email protected]. No telephone requests will be honored.
All Firm-Fixed Price (FFP) Proposals must be signed, dated, and received by 1 July 2016, 3:00 PM EST via email to Ms. Amy Bozzard, [email protected] (preferred method) or via U.S. mail to the following address: U.S. Army Contracting Command, Aberdeen Proving Ground, Division D, Attention: CCAP-SCD, 4310 Boothby Hill Avenue, Bay 3, Aberdeen Proving Ground, MD 21005-1846.
All proposals from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register in SAM by calling 1-866-606-8220 or online at http://www.sam.gov.
The following provisions and clauses are incorporated either by full-text or by reference (as applicable):
FAR 52.204-7 System for Award Management
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 System for Award Management Maintenance
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -- Representation
FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.211-6 Brand Name or Equal
FAR 52.212-1 Instructions to Offerors--Commercial Items
FAR 52.212-2 Evaluation--Commercial Items
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
FAR 52.212-3 Offeror Representations and Certifications--Commercial Items Alt I
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.
FAR 52.212-4 Contract Terms and Conditions - - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - - Commercial Items (DEVIATION 2013-O0019) (June 2016)
FAR 52.219-1 Small Business Program Rerepresentations Alt 1
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.222-25 Affirmative Action Compliance
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Equal Opportunity for Workers With Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications
FAR 52.232-33 Payment by Electronic Funds Transfer--SAM
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.243-1 Changes--Fixed-Price
FAR 52.247-34 F.o.b Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at: http://farsite.hill.af.mil
FAR 52.252-5 Authorized Deviations in Provisions
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information,
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.227-7015 Technical Data-Commercial Items
DFARS 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government
DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Items
The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil.
AMC-LEVEL PROTEST (NOV 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: [email protected]
The AMC-Level Protest Procedures are accessible via the Internet at:
www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.