Inactive
Notice ID:FA466120Q0043
Synopsis Amendment: NEW AMENDMENT 1. The purpose of this modification is to extend the anticipated solicitation release date from 27 May, 2020 to 26 June, 2020. The new anticipated date is due to the ...
Synopsis Amendment: NEW AMENDMENT 1. The purpose of this modification is to extend the anticipated solicitation release date from 27 May, 2020 to 26 June, 2020. The new anticipated date is due to the requirement being redefined. 2. The purpose of this modification is to announce that the government has decided to set this requirement aside for small business concern. The requirement is still anticipated to be solicited through GSA Schedule 70. This synopsis announces that the 7th Contracting Squadron, Dyess AFB, TX, intends to solicit a firm-fixed price requirement for the delivery and installation of a JWICS Nodes – Virtual Server to include back up power and training IAW the Statement of Work (SOW) which will be released with the solicitation. The proposed action is to provide a complete solution for a JWICS Nodes system with a hyper-converged appliance that is fully integrated and pre-configured to include software-defined storage and software-defined datacenter software to provide virtualization services, resiliency, QoS (IO Limiter), and centralized management. This will include delivery and installation, Backup power, Warranty and training in accordance with (IAW) the Statement of work (SOW) which will be provided with the solicitation. The NAICS Code for this requirement is 334111 - Electronic Computer Manufacturing. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Both large and small businesses are encouraged to participate in the solicitation. The requirement is anticipated to be solicited through GSA schedule 70 and will to be issued on or about 26 June 2020 and closed by 26 July 2020, 1400 hours (02:00 p.m.) Central Standard Time. The aniticipated period of performance(POP) will be; the award date to not later than (NLT) November 1, 2020. This date and time may change upon issuance of the solicitation or an amendment. Potential offerors are responsible for monitoring this site for the release of the solicitation package. All documents included in this notice are considered draft documents and are subject to change. Questions or suggestions to draft documents are welcome, please submit these via e-mail to the POCs identified below. Answers will be provided with the solicitation. This synopsis is not to be construed as a commitment by the Government, or as a Request for Proposals. Interested parties may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals/quotes. However, the Government will consider all responses received within this publication. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether or not to move forward with this requirement. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command), 841 Fairchild Ave, Building 5571, Rm 327, Barksdale AFB, LA 71110, phone: (318) 456-6336, fax: (318) 456-7861, email: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. Responses and questions shall be sent electronically for this requirement to A1C Rebecca Cudjoe at rebecca.cudjoe.1@us.af.mil (phone: 325-696-2289) or SSgt Kathryn Shepherd at kathryn.shepherd@us.af.mil (phone: 325-696-8031).