Federal Bid

Last Updated on 11 Sep 2020 at 5 PM
Combined Synopsis/Solicitation
Montgomery Alabama

Tableau Licences and Support - Maxwell AFB

Solicitation ID FA330020Z0001
Posted Date 11 Sep 2020 at 5 PM
Archive Date 29 Sep 2020 at 4 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

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:

  1. THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY.  GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED.
  2. ALL PRODUCTS/ LICENSES MUST BE NEW: NO USED/ REFURBISHED OR USED ITEMS WILL BE ACCEPTED.
  3. THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED.

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.

  • Product Capaility Statement: The offeror shall provide written documentation stating their capability of providings all of the required items under Statement of Requirements (SOR) Paragraphs 2.0 – 2.2.
  • Period of Performance: The offeror shall provide written documentation confirming the Government’s desired period of performance for CLINs 0001-0002 with a start date of 28 September 2020 and ending 27 September 2021.
  • Represntations and Certifications:
    • IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if theOfferor 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.
    • 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.
    • Interested rties 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 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)

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 07 Sep 2016 at 6 PM
Philadelphia Pennsylvania Not Specified
Maryland Not Specified
Patuxent river Maryland 02 Mar 2023 at 10 PM
Ohio 19 Jul 2021 at 4 AM

Similar Opportunities

Location Unknown 15 Jul 2025 at 1 PM
Aberdeen proving ground Maryland 18 Jul 2025 at 8 PM
Hill air force base Utah 16 Jul 2025 at 6 PM
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)