Federal Bid

Last Updated on 12 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Selfridge North dakota

VMware

Solicitation ID F2XHA73143A001
Posted Date 25 Sep 2013 at 2 PM
Archive Date 12 Oct 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Selfridge North dakota United states

GENERAL INFORMATION
The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHA7314A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-69 (03 Sep 2013) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20130909.
A Firm Fixed Priced Award will be made in accordance with the following the SOW:
NAICS Code: 334111; size standard: 1000 employees
The Defense Priorities and Allocations System rating is C9E.
IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED.

NATURE OF ACQUISITON:
The Air University has a requirement to purchase the below listed items. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 25 September 2013 , 12:00 p.m CST.
SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following item brand name items:
CLIN 0001- AA: (QTY 10 Each) VMware Production Support/Subscriptions (PSNS) for VMWare vSphere Enterprise for 1 processor (Instance #17409199, J5285-4K11L-48234-0F3U2-34PNJ) VS4-ENT-2P-SSS-F. Extend existing ESC Support POP 1 Oct-2013-30 Sep 2014
CLIN 0002-AA: (QTY 38 Each) VMWare Production Support/Subscription (PSNS) for VMware vSphere Enterprise for 1 processor (Instance #73592099, DN02H-6K2EH-P8P3M-oToK0-31AMM) VS4-ENT-P-SSS-F Co-term existing ESX Support POP 1 Oct 2013-30 Sep 2014
CLIN 0003-AA:(QTY 1 Each) VMWare Support/Subscription for vCenter Server 5 Standard for vSphere 5, Extend existing ESX Support POP 1 Oct 2013-30 Sep 2014

QUOTATION PREPARATION INSTRUCTIONS
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.
a. The offeoror must submit a signed and dated quote on company letterhead 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 agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and Commercial Items and DFARS 252.225-7000, Balance of Payments Program Certificate.
c. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.

d. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.
IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.
BASIS FOR AWARD: Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror:

a) Submits a dated quote on company letterhead with unit prices and extended prices in response to this solicitation.

b) Takes no exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and condition.


CONTRACT TERMS AND CONDITIONS:
The following clauses apply:

By reference:
52.204-7- System for Award Management
52.204-9- Personal Identity Verification of Contractor Personnel
52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13- System for Award management Maintenance
52.209-6- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10- Prohibition on Conrtacting With Inverted Domestic Corporations
52.211-17- Delivery of Excess Quantities
52.212-4 - Contract Terms and Conditions -- Commercial Items
52.219-4- Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28- Post Award Small Buisness Program Representation
52.222-19- Child Labor-Cooperation with Authorities and Remedies
52.222-21- Prohibition of Segregated Facilities
52.223-16- IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products
52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13- Restrictions on Certain Foreign Purchases
52.232-33- Payment be Electronic Funds Transfer-System for Award Management
252.203-7000- Requirements Relating to Compensation of Former DoD Officials
252.203-7002- Requirement ot Inform Employees of Whistleblower Rights
252.203-7005- Representation Relating to Compensation of Former DoD Officials
252.204-7003- Control of Government Personnel Work Product
252.204-7004- Alternate A, System for Award Management
252.204-7011- Alternative Line Item Structure
252.211-7008- Use of Government- Assigned Serial Numbers
252.223-7006- Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.223-7008- Prohibition of Hexavalent Chromium

252.225-7001- Buy American and Balance of Payments Program
252.225-7002- Qualifying Country Sources as Subcontractors
252.232-7003- Electronic Submission of Payment Requests amd Receiving Reports
252.232-7010- Levies on Contract Payments
252.243-7001- Pricing of Contract Modifications
252.244-7000- Subcontracts for Commercial Items
252.247-7023- Transportation of Supplies by Sea, with its Alt III

By Full Text:
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Sep 2013) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)
(xii) 52.222-54, Employment Eligibility Verification (Jul 2012).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es):
http://farsite.hill.af.mil/vffara.htm
(End of Clause)

5352.201-9101 OMBUDSMAN NOV 2012

(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 Center/MAJCOM/DRU or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: [email protected] or [email protected].. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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)

NOTE 1 REQUIRED POSTERS (FEB 2003)
Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively.
http://www.dol.gov/osbp/sbrefa/poster/main.htm
(End of Clause)

NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE
Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS."
Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2


The following information codes will be required to submit your invoices correctly through WAWF:
SELECT TYPE OF INVOICE:
Contract Specialist/Administrator select only one (1) of the following:

1
Invoice and Receiving Report (Combo)
(Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended.


0
Construction Invoice
(Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept).
Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER)
Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable)
Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.
The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment.
Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base.
Admin DoDAAC: Block 16 (Administered by) of SF1449)
Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued.
Ship-From Code: Not a required field for Air Force contracts.
Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.

Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF.
LPO DoDAAC/Ext: Not a required field for Air Force contracts.

ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing:
Receiver/Acceptor: @us.af.mil
Contract Specialist: [email protected]
Contracting Officer: [email protected]
In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.
(End of Clause)
The following provisions apply:
52.204-7 - Central Contractor Registration

FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards.
FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil.
FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm
252.225-7000- Buy American Statute-Balance of Payments Program Certificate
(End of Provisions)
Responses to this notice shall be provided in writing via e-mail to: SSgt Joshua Williams [email protected]. All responses shall be received NLT 12:00 PM CST on 25 Sept 2013. Email is the preferred method. Point of Contact: SSgt Joshua Williams, Contracting Specialist, Phone (334) 953-7461, Fax (334) 953-33341

 

 

Bid Protests Not Available

Similar Past Bids

Selfridge North dakota 01 Aug 2011 at 8 PM
Selfridge North dakota 23 Sep 2010 at 2 PM
Selfridge North dakota 10 Apr 2013 at 3 PM
Selfridge North dakota 28 Aug 2019 at 8 PM
Selfridge North dakota 24 Mar 2016 at 6 PM