GENERAL INFORMATION
The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase Microsoft Campus Software Licenses for use with Standalone Devices and servers for Headquarters Air University Holm Center Reserved Officer Training Corps (J/ROTC) Instructors, LeMay Center, and faculty/staff/students. 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; quotes are being requested and a written solicitation will not be issued.
The solicitation number for this procurement is F2XHA79135AW01 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses (see Attachment #2) are those in effect in the Federal Acquisition Circular (FAC) 2019-05, Defense Publication Notice (DPN) 20190-0628 and Air Force Acquisition Circular (AFAC) 2018-0525.
A Firm Fixed Priced Award will be made in accordance with the following:
NAICS Code: 334614; Size Standard: 1,250 employees
IMPORTANT NOTES:
1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED.
2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED.
3. THIS IS REQUIREMENT IS BEING SOLICITED FOR FULL AND OPENCOMPLETITION. ALL QUOTATIONS RECEIVED WILL BE REVIEWED.
NATURE OF ACQUISITON
Air University A6/A3 has a requirement to purchase Microsoft academic software licenses for Headquarters Air University Holm Center Reserved Officer Training Corps (J/ROTC) Instructors, LeMay Center, and faculty/staff/students. The licenses are for Microsoft productivity software and other required software items for AFIT.
SCHEDULE OF SUPPLIES/SERVICES:
The offeror shall provide the necessary license keys to load software during the period of performance.
Additionally, the offeror shall provide all personnel, equipment, software, supplies, transportation and supervision to provide the following items:
Item Number |
Description of Requirement |
Quantity |
0001 |
WinSvrDCCore ALNG LicSAPk MVL 2Lic CoreLic |
125 |
0002 |
SQLSvrEntCore ALNG LicSAPk MVL 2Lic CoreLic |
34 |
0003 |
Microsoft Exchange Server 2019 Standard - license - 1 server & SA |
1 |
0004 |
Microsoft Exchange Server 2019 Standard CAL - license - 1 user CAL & SA |
2,000 |
0005 |
DsktpEdu ALNG LicSAPk MVL (Faculty) |
1,469 |
0006 |
INFO CLIN ONLY: DsktpEdu ALNG LicSAPk MVL (Student- Complimentary) |
58,760 |
DELIVERY INFORMATION
HQ AU A6/A3
170 W SELFRIDGE STREET
BLDG 941
MAXWELL AFB, AL 36112
QUOTATION PREPARATION INSTRUCTIONS
1. The offeror must submit a dated quote with unit prices and extended prices in response to this solicitation. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Failure to do so may result in an offereor being determined nonresponsive.
2. Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Quotation nor will multiple awards be considered.
3. THE OFFEROR'S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING:
The offeror must submit dated quote with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/ solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror accedes to all solicitation requirements.
a. Product Capability Statement: The offeror shall provide written documentation from Microsoft to validate Microsoft "Licensing Service Providers (LSP)" status. Only Microsoft LSPs will be acceptable.
b. Delivery: The offeror shall provide written documentation confirming the Government's desired period of performance of one (1) year starting from date of contract award.
c. Representations and Certifications:
i. IAW 52.212-3, 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.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I.
ii. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote.
d. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and DUNS.
4. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or call 1-866-606-8220.5.
5. All inquiries/questions to this notice must be received by 3 Sep 2019, 4:00 p.m. CST. Quotation responses to this notice shall be provided in writing via e-mail to both of following points of contact no later than 6 September 2019 @ 4:00 PM CST:
SSgt Richard Caesar
Contract Specialist
Phone: 334-953-3531
Email: [email protected]
MSgt Ryan Schnepf
Contracting Officer
Phone: 334-953-6776
Email: [email protected]
BASIS FOR AWARD
This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price.
1. Technical Acceptability: Initially, the Government shall evaluate each offer's quote, as it pertains to the following sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (meets minimum requirements) or Unacceptable (does not meet minimum requirements):
a. Product Capability Statement: The offeror provided written documentation to validate Microsoft "Licensing Service Providers (LSP)" status. Only Microsoft LSPs will be acceptable.
b. Delivery: The offeror provided written documentation confirming the Government's desired period of performance of one (1) year starting from the date of contract award can be met.
2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.
ATTACHMENTS (3):
Attachment #1 - Redacted Brand-Name Justification & Approval
Attachment #2 - Contract Provisions and Clauses