GENERAL INFORMATION
AFLOA/JAS, 155 Chennault Circle Bldg 694 Maxwell AFB, AL 36112-6418, has a requirement to purchase items as described in this document in accordance with (IAW) the attached Statement of Requirements (SOR). 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 (F2XTA10101AQ02). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2020-06, 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: $30 M
IMPORTANT NOTES:
NATURE OF ACQUISITON:
AFLOA/JAS located on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINS 0001 - 0002. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures.
All inquiries/ responses to this notice must be received by Monday, 14 Sept 2020 at 2:00 PM CDT.
SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following items:
CLIN 0001: Renewal of Tableau Creator License - Quantity 10 (EA)
PoP 28 Sep 20 – 27 Sep 21
CLIN 0002: Renewal of Tableau 8 Core Server Support - Quantity 8 (EA)
PoP 28 Sep 20 – 27 Sep 21
DELIVERY INFORMATION
AFLOA/JAS
AF BPN NO MILSBILLS PROCESSES
155 Chennault Circle Bldg 694
Maxwell AFB, AL 36112-6418
Shipping will be FOB Destination
ATTACHMENTS:
Attachment 1 - Statement of Requirements (SOR)
Attachment 2 - Clauses and Provisions
QUOTATION PREPARATION INSTRUCTIONS
1. 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 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).
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 and Statement of Requirements.
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 call1-866-606-8220.5.
5. Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services-Representation.
6. Quotation responses to this notice shall be provided in writing via e-mail to both of following points of contact no later than Monday, 14 Sept 2020 at 2:00 pm CDT.
Primary POC:
Brandon Osborne
Phone: 334-953-7835
Email: [email protected]
Secondary POC:
Jeremy Kersey
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 the following sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements):
a. Product Capability Statement: The offeror provided written documentation stating their capability of providings all of the required items under Statement of Requirements (SOR) Paragraphs 2.0 – 2.2.
b. Period of Performance: The offeror provided written documentation confirming they can meet the Government’s desired period of performance for CLINs 0001-0002 with a start date of 28 September 2020 and ending 27 September 2021.
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.
AFFARS CLAUSES IN FULL TEXT:
CLAUSE 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 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)