Federal Bid

Last Updated on 04 Dec 2020 at 8 PM
Solicitation
Montgomery Alabama

Standard Software Support for TOAD Perpetual Professional Edition Licenses, Maxwell,AFB

Solicitation ID FA330021Q4408
Posted Date 04 Dec 2020 at 8 PM
Archive Date 29 Dec 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Montgomery Alabama United states 36112

Page 1 of 58
GENERAL INFORMATION
AFLOA/JAS at Maxwell AFB, AL 36112-6334, has a requirement to purchase Standard Software Support for TOAD Perpetual Professional Edition Licenses with Quest DBA module as described in this document in accordance with (IAW) the attached  Statement of Work (SOW). This is a combined synopsis/ solicitation for commercial items prepared IAW 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. This requirement is issued as a Request for Quote (RFQ) (Reference-Number (F2XTA10301A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-07, Air Force Acquisition Circular (AFAC) 2019-1001, and the DPN 20200324.
A Firm Fixed Priced Award will be made IAW the following: NAICS Code: 541511; Size Standard: $30M
IMPORTANT NOTES:
1.THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY. GENERALSERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDEACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED.
2.ALL PRODUCTS/ LICENSES MUST BE NEW: NO USED/ REFURBISHED OR USED ITEMSWILL BE ACCEPTED.
3.THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALLBUSINESSES WILL BE ACCEPTED.
NATURE OF ACQUISITON: AFLOA/JAS, located on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLIN 0001. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures. All inquiries/ responses to this notice must be received by Monday, December 14, 2020 at 12:00 PM CDT. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: 14 TOAD Perpetual Professional Edition Licenses with Quest DBA module. CENTER IAW SOW Period of Performance 31 Jan 2021 – 30 Jan 2022 CLIN 1001: 14 TOAD Perpetual Professional Edition Licenses with Quest DBA module. CENTER IAW SOW Period of Performance 31 Jan 2022 – 30 Jan 2023 CLIN 2001: 14 TOAD Perpetual Professional Edition Licenses with Quest DBA module. CENTER IAW SOW Period of Performance 31 Jan 2023 – 30 Jan 2024 CLIN 3001: 14 TOAD Perpetual Professional Edition Licenses with Quest DBA module. CENTER IAW SOW Period of Performance 31 Jan 2024 – 30 Jan 2025
Page 2 of 58

DELIVERY INFORMATION
AFLOA/JAS
Maxwell AFB, AL 36112
ATTACHMENTS:
Attachment 1 - Statement of Work (SOW) Attachment 2 - Clauses and Provisions
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.Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self- sufficient, and respond directly to the requirements of this RFQ.
2.Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt ofoffers. Request for Quotations or modification of quotes received at the address specified for the receipt ofoffers after the exact time specified for receipt of offers will be considered late and handled in accordancewith FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Quotation nor will multipleawards 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 andStatement of Requirements.
Product Capability Statement: The offeror shall provide written documentation stating theircapability of providing all of the required items under Statement of Requirements (SOR) Paragraph2.0.
Representations and Certifications:
IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offerorhas completed the annual representations and certification electronically via the System forAward Management (SAM) Web site accessed through http://www.sam.gov/portal. If theOfferor has not completed the annual representations and certifications electronically, theOfferor shall complete only paragraphs (c) through (u) of this provision, including theadditions to (c) (11) at 52.212-3, Alternate I.
If any products offered are not a domestic, qualifying country, or designated country endproduct 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 (BuyAmerican--Balance of Payments Program Certificate) certification, from SAM, with theirquote.
Section 889 - Offerors must complete and return with quote the provisions 52.204-24Representation Regarding Certain Telecommunications and Video Surveillance Services orEquipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation.
Interested parties capable of providing the requirement must include discount terms, if applicable,tax identification number, cage code, and DUNS.
Page 3 of 58
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 visithttp://www.sam.gov or call1-866-606-8220.5.5.All inquiries/questions to this notice must be received by Monday, December 14, 2020 at 12:00 PM CDT. Quotation responses to this notice shall be provided in writing via e-mail to both of following points of contact no later than Monday, December 14, 2020 at 12:00 PM CDT:

Katrice Perry Contract Specialist Phone: 334-953-0530
Email: [email protected]
Jeremy Kersey Contracting Officer Phone: 334-953-3526
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 thefollowing sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimumrequirements) or Unacceptable (does not clearly meet minimum requirements):
a.Product Capability Statement: The offeror provided written documentation stating their capabilityof providing all of the required items under Statement of Requirements (SOR) Paragraphs 2.0.
2.Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) todetermine price reasonableness: competitive quotes, comparison of the proposed price with prices foundreasonable on previous purchases, a comparison with similar items in a related industry, comparison to anindependent Government estimate, or any other reasonable basis.
AFFARS CLAUSES IN FULL TEXT
CLAUSE NO
ALT NO/ DEV NO
CLAUSE TITLE
YEAR- MO
SECTION
5352.201-9101 Ombudsman 2019-10 SEC I
"(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b)Before consulting with an ombudsman, interested parties must first address their concerns, issues,disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid
Page 4 of 58
protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Director of Contracting, AFICC/KT, Telephone Numbers: (210) 652-1722 (DSN:487-1722); or Alternate: Mr. Todd S. Joyner, Chief, Clearance & Program Support Division, Telephone Number: (210) 652-7075 (DSN:487-7075). Address: 2035 First Street West, JBSA Randolph TX 78150-4304. E-mail Addresses: [email protected] and [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer."
(End of clause)

Bid Protests Not Available

Similar Past Bids

Montgomery Alabama 11 Sep 2020 at 10 PM
Montgomery Alabama 11 Sep 2020 at 5 PM
Montgomery Alabama 10 Sep 2020 at 2 PM
Montgomery Alabama 05 May 2021 at 3 PM

Similar Opportunities

Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)
Boulder Colorado 15 Jul 2025 at 6 PM
Mechanicsburg Pennsylvania 28 Jul 2025 at 8 PM