[AMENDMENDT 01 / 9-25-2018]Quantities requested have been increased. Please see the attached 'Attachment 1 - UPDATED Requirements Document. The Solicitation period is likewise extended.[END AMENDMENT 01]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.This action is set aside for Small Business - offers must be small business to be eligible for award.The Housing and Urban Development Office of Inspector General (HUDOIG) has a Sole Source Requirement for Microsoft Premier Support Services at is Washington DC Headquarters location (451 7th Street SW), in accordance with the requirements document (Attachment #1).This is a brand name sole source action under the Simplified Acquisition Threshold (SAT) in accordance with FAR
13.106-3. The intended Contractor(s) are authorized, certified providers of Microsoft Premier Support Services. A Justification to conduct a Brand Name solicitation is as attached (Attachment #3), and constitutes posting of the Justification of Other Than Full and Open Competition.This solicitation is issued as a Request for Quote (RFQ), and the incorporated provisions and clauses are those in effect through FAC Number/Effective Date: 2005-100 / 08-22-2018. The NAICS code is 541511; the size standard is $27,500,000.00.A list of required items and services, as well as delivery dates, delivery location, and related is contained theattached requirements document. Applicable Provisions and Clauses, including 52.212-1, are included in Attachment 2, Terms and Conditions. The resultant contact type shall be Firm Fixed Price.Basis for AwardThe contractor's written response shall demonstrate the contractor's experience, understanding, and approach in providing the services requested in the requirements document. In addition to the written response, thecontractor shall provide a pricing document with a total price, broken down by item.Past Performance shall be reviewed in order to ensure minimal risk(s) and establish high confidence in thecontractor's potential capabilities. The Government reserves the right to review the offeror's Past Performancerecord in the Past Performance Information Retrieval System (PPIRS) in order to conduct said evaluation, as well as to consult other sources or past customers.This order will be evaluated on a low priced, technically acceptable basis (LPTA). A quote will be foundtechnically acceptable when it clearly and convincingly demonstrates that the contractor understands therequirements and has the technical capabilities to meet it, and when the contractor has no significant issues with their past performance.Reponses shall be submitted via e-mail to the Contracting Officer, Robert Coyle, at
Rcoyle@hudoig.gov, with a CC to
Elee@hudoig.gov. Contact Information: Robert Coyle, Contracting Officer, Phone 2024021458, Email
Rcoyle@hudoig.gov - Ergene Lee, Contracting Officer, Phone 2024023105, Email
elee@hudoig.gov Office Address :451 7th Street S.W Washington DC 20410 Location: Office of Policy and Systems, NS Set Aside: Total Small Business