IBM Engineering Software Tokens

expired opportunity(Expired)
From: Federal Government(Federal)
F1S0AD2159A001

Basic Details

started - 15 Aug, 2022 (20 months ago)

Start Date

15 Aug, 2022 (20 months ago)
due - 19 Aug, 2022 (20 months ago)

Due Date

19 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
F1S0AD2159A001

Identifier

F1S0AD2159A001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710364)DEPT OF THE AIR FORCE (60580)AFMC (17421)AIR FORCE TEST CENTER (3217)FA9302 AFTC PZZ (455)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Background. The 420th Flight Test Squadron (CTF) is soliciting a small business set-aside, Request for Quote or RFQ for the selection of qualified and capable small businesses to provide IBM Engineering Software Tokens Subscription.This is Brand Name requirement IAW AFFARS 5313.501 - 10 U.S.C. 2302b, Implementation of Simplified Acquisition Procedures (41 U.S.C. 1901) –Only one brand is capable of meeting the government requirement due to fact that IBM Engineering Tokens are required to gain access to the Prime Contractor JAZZ Team server framework to access the engineering tools required to support mission operations. IBM Engineering tokens are the only brand that can satisfy the government requirement because the prime contractor system only accepts IBM tokens.The Simplified Acquisition Procedures will be used (FAR 13).(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in
this notice.  This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued.(ii)  The solicitation number is F1S0AD2159A001 and is issued as a Request for Quotation (RFQ).(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 effective 10 Aug 2022, DFARS Publication Notice (DPN) 20220623 effective 23 Jun 2022, and Air Force Acquisition Circular (AFAC) 2022-0701, effective 01 Jul 2022.  (iv) This acquisition allows for a small business set-aside with an associated NAICS code of 511210 – Software Publishing, small business size standard of $41,500,000.00 million. The associated Service Code is 7K20- IT and Telecom - Storage Products (hardware and Perpetual License Software).(v) Description:The Passport Advantange site number for this requirement is attached.CLIN 0001 IBM Engineering Requirements Quality Assistant Token Initial Fixed Term License+ SW Subscription and Support P/N: D033GZX 15 ea CLIN 0002 EL MGT SUIT INITL FT LC+SUB P/N: D29QELL 585 eaPlease see attached Statement of Requirement (SOR) and Limited Source Justification (LSJ) for more details.(vi) The Government Place of Performance is 420 FLTS 365 N. Flightline Rd. Edwards AFB, CA 93524. All services and related supply requests shall be F.O.B. Destination-Edwards AFB, CA 93524.(vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.  Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, acquisition.gov.ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial ItemsOfferors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB.  Emails over this file size will not be received.) In addition, the following information shall be included:1.  Offeror Name:2.  Address:   3.  CAGE Code:4.  Primary NAICS:5.  Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.):6.  Payment Terms (net 30) or Discount net 30:7.  Point of Contact & Phone Number:8.  Offeror Email address:9.  A spreadsheet the breaks down the price elements10. Technical and Company Capability:a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm’s capabilities to provide the services and full extent of items as outlined within the SOR. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement;b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.(viii) FAR 52.212-2 Evaluation – Commercial Items, is applicable to this RFQ. ADDENDUM TO FAR 52.212-2 Evaluation Commercial ItemsThe solicitation provides that quotations will be evaluated using Best Value to the Government. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors.Evaluation Factors:1. Price (Lowest Price)2. Technical Acceptability (To be found technically acceptable the quote needs to meet the requirenent in the attached Statement of Requirement (SOR)   The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on the criteria set forth above.(ix)  Offerors must include with their quote a completed copy of the provision at FAR  52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications—Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021), applies.(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) applies.(xii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made.(xii) DPAS assigned rating is N/A.(xiv) QUOTES ARE DUE NO LATER THAN 1630 PST on 19 August 2022.(xv)  Quotes shall be submitted electronically to denina.solomon@us.af.mil and falilou.diouck@us.af.mil The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes.Proprietary information and trade secrets, if any, must be clearly marked on all materials.  All information received that is marked Proprietary will be handled accordingly.  Please be advised that all submissions become Government property and will not be returned.  All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.  The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.Attachment:Statement of Requirement (SOR)Brand Name JustificationPassport Advantage Code

CP 661 277 4503 5 SOUTH WOLFE AVE  BLDG 2800  EDWARDS AFB , CA 93524-1185  USALocation

Place Of Performance : CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800 EDWARDS AFB , CA 93524-1185 USA

Country : United StatesState : California

You may also like

GIGAMON SOFTWARE SUPPORT RENEWAL

Due: 21 Sep, 2024 (in 4 months)Agency: DEPT OF DEFENSE

GIGAMON SOFTWARE RENEWAL

Due: 28 Sep, 2024 (in 4 months)Agency: NATIONAL TRANSPORTATION SAFETY BOARD

TOUCHPRINT ENTERPRISE (TPE) LIVESCAN / CARDSCAN SOFTWARE FOR OJS

Due: 17 Apr, 2025 (in 11 months)Agency: BUREAU OF INDIAN AFFAIRS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 511210
pscCode 7K20IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)