Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

70 -- CITRIX Software and Appliance Licenses and Support

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0553
 
Response Due
7/16/2014
 
Archive Date
9/7/2014
 
Point of Contact
CPT Ryan Martin, 443-861-4737
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(ryan.p.martin7.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-14-T-0553. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order for CITRIX software and appliance licenses and support. The licenses must be genuine CITRIX software licenses. Due to additional training and procurement costs, the government is not accepting offers for other branded software for this requirement. The service being requested is Enterprise edition support for XenDestop and NetScaler applications, in accordance with the attached W91ZLK-14-T-0553 Specifications and Requirements, Attachment 1. This solicitation is set aside for small business. The Associated North America Industry Classification Code (NAICS) is 511210 and the Business Size Standard is $25M. Purchasing of the licensing and support will be in accordance with this solicitation, Attachment 1 and using FAR Part 13.106. This requirement is not being procured in accordance with FAR Part 8 and only Open Market, NOT General Service Administration GSA quotations are being accepted from responsible contractors. NOTE to Offerors: Quotes should be submitted utilizing the attached Specifications and Requirements List. Acceptance and inspection shall be at Destination. Final completion/destination shall be at the Edgewood Chemical and Biological Center (ECBC) BLDG E 5179 Hoadley Rd. Aberdeen Proving Ground, MD 21010-5424. The following provisions and clauses will be incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-7, System for Award Management 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached W91ZLK-14-T-0553 Specifications and Requirements - Attachment 1. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable: a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the Attachment 1 W91ZLK-14-T-0553 Specifications and Requirements (see the attached). The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis. 52.212-3, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov 52.203-3 Gratuities 52.212-4 Contract Terms and Conditions Commercial Items. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.219-6 Notice of Total Small Business Set-Aside 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019) 52.203-13 Contractor Code of Business Ethics and Conduct 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-17, Nondisplacement of Qualified Workers 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-54, Employment Eligibility Verification (Jul 2012 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006 52.222-50, Combating Trafficking in Persons 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.246-2 Inspection of Supplies-Fixed Price 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.204-7004 Alt A System for Award Management Alternate A 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7013 Duty Free Entry 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea 252-211-7003 Item Identification and Valuation EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention CPT Ryan Martin via email ryan.p.martin7.mil@mail.mil no later than July 16, 2014 @ 10:00 AM eastern time (ET). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov service desk http://www.FSD.gov. For questions concerning this Request for Quotation contact CPT Ryan Martin via email ryan.p.martin7.mil@mail.mil. Please provide any questions no later than July 11, 2014 @ 10:00 AM. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a49d55f69442dc13aeade5070d79b9e4)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03418542-W 20140711/140710022506-a49d55f69442dc13aeade5070d79b9e4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.