Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F3YCCA9227A002
Combined Synopsis/Solicitation (IAW FAR 12.603) Solicitation Number: F3YCCA9227A002 LogRhythm Support Software This is a combined synopsis/solicitation for commercial items prepared in accordance with...
Combined Synopsis/Solicitation (IAW FAR 12.603) Solicitation Number: F3YCCA9227A002 LogRhythm Support Software 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. Solicitation Number F3YCCA9227A002 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This acquisition is issued as 100% Small Business Set-Aside. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 511210. CLIN # Part Number/Noun Qty Unit Unit Price Delivery Schedule 0001 One Year of LogRhythm Standard Support Services, LR-SV-MNS-STD, - Period of performance 1 September 2019 thru 31 August 2020 1 EA 0002 PrePaid Professional Services 1 Day with T&E, LR-SV-PPS-1DAY-T&E, - Period of performance starts upon contract award for one year 5 EA 0003 LogRhythm University Training Prepaid Token, LR-TS-TRAINING-TOKEN, - Period of performance starts upon contract award for one year 400 EA Total Price: Contract Line Items (CLINs): Note: All CLINs are Firm Fixed Price (FFP) The Contractor shall: Cover all cost associated with all product and labor required for packaging, shipping and handling from vendor facility to Tinker AFB, Ok. Replace at no cost to the government any damaged materials or supplies to unit before completion. Provide all documentation regarding shipment tracking, receiving reports, invoices and completion of order letter Delivery Information: F3YCCA 7532 Joint Star Dr. BLDG 9001 Tinker AFB, OK 73145 FOB: Destination Inspection and Acceptance: Inspection and acceptance of the system will be performed at the place of performance. Competition Requirement: 100% Small Business Set-Aside NAICS Code: 511210 Size Standard: $41.5M Payment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination. NOTE: Offers requiring advanced or progress payments do not meet the term and conditions of this solicitation. Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications – Commercial Items, which all offerors must be registered with: System for Award Management (SAM) (www.sam.gov) NOTE: Contact the POC on the website for information and guidance regarding these registrations Evaluation of Proposals: All offeror’s responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The following factors shall be used to evaluate offers: (1) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror. Contact Information Quotations are due: December 18, 2019 By 12:00 PM Central Standard Time (CST). Contact the following individual for information regarding this solicitation: A1C Thomas Prospere Jr (405)739-4043 Contact Specialist Thomas.prospere@us.af.mil NOTE: Emailed proposals are preferred