VMWare VSphere 7 Enterprise Plus and Support/Subscriptions

From: Federal Government(Federal)
W91CRB-24-R-VMWA

Basic Details

started - 25 Apr, 2024 (4 days ago)

Start Date

25 Apr, 2024 (4 days ago)
due - 09 May, 2024 (in 9 days)

Due Date

09 May, 2024 (in 9 days)
Bid Notification

Type

Bid Notification
W91CRB-24-R-VMWA

Identifier

W91CRB-24-R-VMWA
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709247)DEPT OF THE ARMY (133140)AMC (72626)ACC (75003)ACC-CTRS (32899)ACC-APG (10715)W6QK ACC-APG (7702)

Attachments (2)

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.

SUBJECT: Solicitation: W91CRB-24-R-VMWA – PL-B-UDV; Request for Quote (RFQ)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.This solicitation is a Request for Quote (RFQ). This action is posted as a full and open competition under NAICS Code: 541511 “Custom Computer programming Services”. The size standard for the NAICS Code is $34 Million.The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure a qty. 30 VMware VSphere 7 Enterprise Plus for 1 Processor and a qty. 150 Support/Subscriptions for VMWare vSphere 7 Enterprise for 1 processor for five (5) years of support. This requirement is for Foreign Military Sales (FMS) for the country
of Poland under Case PL-B-UDV. The Government anticipates the issuance of a commercial Firm Fixed Price (FFP) contract as a result of subject synopsis/solicitation. The anticipated date of award to be determined but no later than 21 June 2024.In accordance with Far 5.202(a)(3) this action is a brand name requirement for VMWare VSphere 7 Enterprise Plus.All supplies/services are requested to be proposed upon and specified by the offeror as seen below:Description:CLIN 0001 – VMWare VSphere 7 Enterprise Plus – PL-B-UDVThe Contractor shall deliver 30 VMware VSphere 7 Enterprise Plus for 1 Processor.CLIN 0002 – Support/Subscriptions for VMWare vSphere 7 Enterprise – PL-B-UDVThe contractor shall deliver 150 Support/Subscriptions for VMWare vSphere 7 Enterprise for 1 processor for five (5) years of support.Other Information/Requirements:1. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation. 2. The Government requires the VMWare VSphere 7 Enterprise Plus to be delivered as soon as possible. Contractors shall propose a delivery date for CLIN 0001 and CLIN 0002. Only one (1) date shall be provided per CLIN. Details of Delivery Location and Inspection and Acceptance are as follows: CLIN 0001-FMS Case PL-B-UDV: Place of delivery TBD Inspection and Acceptance at Destination FOB Origin CLIN 0002-FMS Case PL-B-UDV Place of delivery TBD Inspection and Acceptance at Destination FOB Origin3. All responsible sources may submit a quote which will be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database and include the assigned Unique Entity Identification code with quote submission.4. **Offerors SHALL include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their response. Additionally, Offerors shall provide a completed copy of 52.204-24 and 52.204-26 with their response.**5. The offeror shall submit their quote via email to Rem D. Ngo, Contract Specialist, Rem.d.ngo.civ@army.mil by 10:00AM – EST-U.S. 9 May 2024. An email confirmation from the contract specialist must be received to be considered submitted.6. Any questions are to be submitted in writing to Rem D. Ngo, Contract Specialist, via email to: Rem.d.ngo.civ@army.mil no later than 10:00AM - EST – U.S. on 3 May 2024.Contact Information:Rem D. NgoContract SpecialistArmy Contracting Command –Aberdeen Proving Ground (ACC-APG)E – Rem.d.ngo.civ@army.milBASIS FOR AWARD:Proposals will be evaluated in accordance with FAR 52.212-2, “Evaluation—Commercial Products and Commercial Services (Nov 2021)”: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Factor 1 Cost/Price: Price will be evaluated based on the total proposed price for CLIN 0001 and CLIN 0002.Factor 2 Technical: Offerors shall demonstrate their ability to meet the specifications provided in this solicitation. Additionally, the technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the proposal.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.PROVISIONS AND CLAUSES applicable to this acquisition are as follows:FAR 52.202-1 DefinitionsFAR 52.203-3 GratuitiesFAR 52.203-7 Anti-Kickback ProceduresFAR 52.203-12 Limitation on Payments to Influence Certain Federal TransactionsFAR 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower RightsFAR 52.203-19 Incorporation by Reference of Representations and CertificationsFAR 52.204-4 Printed of Copied Double-Sided on Recycled PaperFAR 52.204-7 System for Award ManagementFAR 52.204-8 Annual Representations and CertificationsFAR 52.204-13 System for Award Management MaintenanceFAR 52.204-16 Commercial and Government Entity Code ReportingFAR 52.204-17 Ownership or Control of OfferorFAR 52.204-18 Commercial and Government Entity Code MaintenanceFAR 52.204-19 Incorporated by Reference of Representations and CertificationsFAR 52.204-20 Predecessor of OfferorsFAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesFAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or EquipmentFAR 52.204-26 Covered Telecommunications Equipment or Services RepresentationFAR 52.207-1 Notice of Standard CompetitionFAR 52.207-2 Notice of Streamlined CompetitionFAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--RepresentationFAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.209-10 Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal LawFAR 52.211-8 Time of DeliveryFAR 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)FAR 52.212-4 Contract Terms and Conditions -- Commercial ItemsFAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-25, Affirmative Action Compliance, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.233-2, Service of Protest AND 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after Award FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – RepresentationsFAR 52.225-13 Restrictions on Certain Foreign PurchasesFAR 52.232-1 Payments Under Fixed Price ContractsFAR 52.232-8 Discounts for Prompt PaymentFAR 52.232-11 ExtrasFAR 52.232-39 Unenforceability of Unauthorized ObligationsFAR 52.232-40 Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-4 Applicable Law for Breach of Contract ClaimFAR 52.242-13 BankruptcyFAR 52.242-15 Stop-Work OrderFAR 52.242-17 Government Delay of WorkFAR 52.243-1 Changes—Fixed PriceFAR 52.246-16 Responsibility for SuppliesFAR 52.247-29 F.O.B. OriginFAR 52.249-1 Termination for Convenience of the GovernmentFAR 52.252-1 Solicitation Provisions Incorporated by ReferenceFAR 52.252-2 Clauses Incorporated By ReferenceFAR 52.253-1 Computer Generated FormsDFARS 252.203-7000 Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 Requirements to Inform Employees of Whistleblower RightsDFARS 252.203-7005 Representations Relating to Compensation of Former DoD OfficialsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7004 Alternate A System of Award ManagementDFARS 252.204-7007Alternate A Annual Representations and CertificationsDFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment RequirementsDFARS 252.204-7020 NIST SP 800-171 DoD Assessment RequirementsDFARS 252.222-7999 Combating Race and Sex Stereotyping (Deviation 2021-O0001)DFARS 252.223-7008 Prohibition of Hexavalent ChromiumDFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military CompaniesDFARS 252.225-7041 Correspondence In EnglishDFARS 252.225-7048 Export-Controlled ItemsDFARS 252.227-7027 Deferred Ordering of Technical Data or Computer SoftwareDFARS 252.227-7032 Right in Technical Data and Computer Software (Foreign)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006 Wide Area Workflow Payment InstructionsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 252.243-7001 Pricing of Contract ModificationsDFARS 252.244-7000 Subcontract for Commercial ItemsFull text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: https://www.acquisition.gov

6515 INTEGRITY COURT  ABERDEEN PROVING GROU , MD 21005-5001  USALocation

Office Address : 6515 INTEGRITY COURT ABERDEEN PROVING GROU , MD 21005-5001 USA

Country : United StatesState : MarylandCity : Aberdeen Proving Ground

You may also like

SONARSOURCE ENTERPRISE EDITION SOFTWARE MAINTENANCE SUBSCRIPTION. RENEWAL OF 28321323FDX030030.

Due: 15 Mar, 2025 (in 10 months)Agency: SOCIAL SECURITY ADMINISTRATION

PATCH MANAGEMENT SUBSCRIPTION SERVICES - PATCH MY PC ENTERPRISE PLUS SUBSCRIPTION

Due: 13 Mar, 2025 (in 10 months)Agency: OFFICE OF THE COMPTROLLER OF THE CURRENCY

Please Sign In to see more like these.

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

Classification

naicsCode 541511Custom Computer Programming Services
pscCode DA10IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE