IDA Pro Computer License
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-19-Q-0036 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190215. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 511210 and small business size standard is average annual receipts of $38.5 M. The contractor shall provide the following items detailed below on a BRAND NAME (Attachment No. 1), firm fixed price basis including the cost of shipping FOB Destination: Item: 1 Qty:3 P/N: IDAPROCW Description: IDA Pro Computer License [Windows] Item: 2 Qty:3 P/N: HEXX86W Description: x86 Decompiler Fixed License [Windows] Item: 3 Qty:3 P/N: HEXX64W Description: x64 Decompiler Fixed License [Windows] Item: 4 Qty:3 P/N: HEXARMW Description: ARM32 Decompiler Fixed License [Windows] Item: 5 Qty:3 P/N: HEXARM64W Description: ARM64 Decompiler Fixed License [Windows] Item: 6 Qty:1 P/N: IDAPROCW Description: IDA Pro Computer License [Windows] Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory-new. Offerors must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed solution. The Government will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is 30 Days After Receipt of Order (ARO) (Electronic Delivery). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 4PM, (Eastern Time) 02 May 2019. Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson 26 Electronic Parkway, Rome NY 13441-4514 or by email to jennifer.calandra-willson@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; and (ii) Price. All evaluation factors, when combined, are equal. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items DFARS 252.239-7009, Representation of Use of Cloud Computing For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.239-1, Privacy or Security Safeguards The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation-Electronic Delivery 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea - Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms Lisette K. LeDuc, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil. Alternate Ombudsman: Ms Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-255-4967, email: kimberly.yoder@us.af.mil Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »