Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOLICITATION NOTICE

70 -- Citrix Software - Package #1

Notice Date
9/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0798822229
 
Point of Contact
Tiffany N. Tanner, Phone: 703-697-8942
 
E-Mail Address
tiffany.n.tanner4.civ@mail.mil
(tiffany.n.tanner4.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Product List PWS The Defense Security Cooperation Agency (DSCA), 201 12th Street South Ste 203 Arlington VA, 22202, intends to procure Citrix Software Maintenance Renewal. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. Solicitation # HQ0798822540 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effec. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The NAICS code is 511520 "Software Publishers" and the business size standard is $38.5 million. This combined synopsis/solicitation is issued as a total small business set-aside. Citrix Software Maintenance Renewal See attached Product List. DELIVERY TERMS: FOB: Destination. Defense Security Cooperation Agency Address: 5450 Carlisle Pike, Bldg 107N, Mechanicsburg, PA 17055 ;Electronic Delivery: dsca.mechanicsburg.imt.mbx.software-licenses@mail.mil PERIOD OF PERFORMANCE: Period of Performance: Base Year 30 Sep 2018 - 29 Sep 2019 Option Year 1 30 Sep 2019 - 29 Sep 2020 Option Year 2 30 Sep 2020 - 29 Sep 2021 Option Year 3 30 Sep 2021 - 29 Sep 2022INSPECTION AND ACCEPTANCE TERMS: Equipment will be inspected by Quality Assurance personnel and accepted at the delivery point. FAR/DFARS PROVISIONS & CLAUSES: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and are hereby incorporated by reference. Addendum to FAR 52.212-1 applies to this acquisition as follows: FAR 52.252-1, DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.225-7001 Buy American and Balance of Payments Program. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/, or https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR/DFARS Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: FAR 52.252-2, FAR 52.252-6; FAR 52.204-99 System for Award Management Registration. FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition, specifically, the following cited clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; EVALUATION PROCEDURES: This requirement shall be evaluated in accordance with FAR Part 13. FAR 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the lowest price technically acceptable. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-1 Small Business Program Representations Alt I; FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; FAR 52.232-99-Providing Accelerated Payment to Small Business Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments. The following local clauses apply to this acquisition and can be requested from the POC below: DARS 52.204-9000 Points of Contact; DARS 52.204-9001 Contract/Order Closeout - Fixed-Price, Time-and-Materials, or Labor Hours; DARS 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI); DARS 52.232-9000 Wide Area Workflow (WAWF). Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. Quotes shall be submitted no later than 12:00 PM Eastern Time on 27 September 2018. Quotes shall be e-mailed to Tiffany Tanner @ tiffany.n.tanner4.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0798822229/listing.html)
 
Place of Performance
Address: 201 12th Street South Ste 203 VA, 22202, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN05102136-W 20180926/180924230844-53b0c1c91972627ed874f048099ba90f (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.