VMWare Annual License & Maintenance
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information su... SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA252123QB053 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 513210. The size standard for this proposed NAICS is $41,500,000. Description: The requirement is to provide VMWare License and Maintenance as follows for the Period of Performance (PoP) stated for each item. Salient Characteristics: CLIN QTY DESCRIPTION 0001 24 ea. VCSRM8CLPSSS-F-2 - U.S. Federal Production Support/Subscription for VMware vCenter Site Recovery Manager 8 for vCloud Suites (Per CPU) for 1 year VMware Inc.-VC-SRM8CL-P-SSS-F 7 Start Date: 09/29/2023 End Date: 09/28/2024 0002 24 ea. VC-CMSC-P-SSSF-2 - U.S. Federal Production Support/Subscription vCenter Configuration Manager for Suites (Per CPU) for 1 year VMware Inc.-VC-CMSC-P-SSS-F Start Date: 09/29/2023 End Date: 09/28/2024 0003 24 ea. VS7-EPL-VS-PSSS-F-2 - U.S. Federal Production Support/Subscription for VMware vSphere 7 Enterprise Plus for vCloud Suites (Per CPU) for 1 year VMware Inc. - VS7-EPL-VS-P-SSS-F 6 Start Date: 09/29/2023 End Date: 09/28/2024 0004 24 ea. VR19-ENT-P-SSSF-2 - U.S. Federal Production Support/Subscription for VMware vRealize Suite 2019 Enterprise (Per PLU) for 1 year VMware Inc. - VR19-ENT-P-SSS-F 23 Start Date: 09/29/2023 End Date: 09/28/2024 0005 1 ea. VCS7-STD-PSSS-F-2 - U.S. Federal Production Support/Subscription VMware vCenter Server 7 Standard for vSphere 7 (Per Instance) for 1 year VMware Inc. -VCS7-STD-P-SSS-F 16 Start Date: 08/20/2023 End Date: 09/28/2024 0006 12 ea. VS7-EPL-P-SSSF-2 - U.S. Federal Production Support/Subscription for VMware vSphere 7 Enterprise Plus for 1 processor for 1 year VMware Inc. - VS7-EPL-P-SSS-F Start Date: 09/29/2023 End Date: 09/28/2024 0007 32 ea. NX-ENT-P-SSS-F2 - U.S. Federal Production Support/Subscription for VMware NSX Enterprise per Processor for 1 year VMware Inc. - NX- ENT-P-SSSF Start Date: 09/29/2023 End Date: 09/28/2024 0008 32 ea. VRNI6-ADV-CPUP-SSS-F - U.S. Federal Production Support/Subscription for VMware vRealize Network Insight 6 Advanced (per CPU) for 1 year VMware Inc. - VRNI6-ADV-CPU-P-SSS-F 4 Start Date: 09/29/2023 End Date: 09/28/2024 0009 1ea. VCS7-STD-PSSS-F-2 - U.S. Federal Production Support/Subscription VMware vCenter Server 7 Standard for vSphere 7 (Per Instance) for 1 year VMware Inc. -VCS7-STD-P-SSS-F 16 Start Date: 09/29/2023 End Date: 09/28/2024 0010 10 ea. HZ8-ENC-10-1YTLSS-F-2 - U.S. Federal VMware Horizon 8 Enterprise Term Edition: 10 Concurrent User Pack for 1 year term license; includes Production Support/Subscription VMware Inc. - HZ8-ENC-10-1YTLSSF 33 Start Date: 09/24/2023 End Date: 09/28/2024 Statement of Objective: 23QB053 SOO 15Mar 23 is attached. What is the purpose of the item(s): To provide software license and maintenance for the 45th Space Communications Squadron (45 SCS) at Patrick SFB, FL 32925 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.” All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. DISCLAIMER: This Sources sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked "proprietary" will be handled accordingly. Responses to the sources sought notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government does not guarantee any action beyond this notice. The Government may not respond to questions posed in Industry responses. ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via https://www.beta.sam.gov Please submit the information electronically in PDF format by 1400, 12 MAY 23 and reference RFQ # FA252123QB053 to the Contracting Officer Kevin Brisco, kevin.brisco@spaceforce.mil. Telephone responses will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »