Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N0042121Q0382
The purpose of this Amendment 2 is to correct the technical POC for Atlassian License. Technical POC for Atlassian Renewal: Name: Nathan Johnston Email: nathaniel.johnston@navy.mil. The following SEN ...
The purpose of this Amendment 2 is to correct the technical POC for Atlassian License. Technical POC for Atlassian Renewal: Name: Nathan Johnston Email: nathaniel.johnston@navy.mil. The following SEN pertain to the renewal of Atlassian Licenses. The SEN’s are as follows for this renewal: SEN-12170784 SEN-12170785 SEN-12170786 SEN-12491580 SEN-14258868 SEN-14258869 SEN-14258870 BRAND NAME U.S. Government ~ Tax Exempt All quotes/responses shall be submitted via email to Johnny.e.Smith.civ@us.navy.mil and Roberta.Nethercutt@navy.mil; and roberta.m.nethercutt.civ@us.navy.mil no later than 30 June 2021 by 2:00 pm Eastern Standard Time. Due to limit ability to respond to mail in bids or voicemail requests we request that any questions concerning solicitation N00421-21-Q-0382 be emailed to Johnny.E.Smith.civ@us.navy.mil and Roberta.Nethercutt@navy.mil; and roberta.m.nethercutt.civ@us.navy.mil Solicitation N00421-21- Q- 0382 is issued as a brand name procurement. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a brand name competitive basis Atlassian License, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and FAR 13. Offeror’s must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.sam.gov. See Attached Solicitation Standard Form SF18 This procurement is a total set-aside for small business under FAR Part 52.219-6 Notice of Total Small Business Set-Aside. Offers must complete the certification in Section K of this solicitation, 52.209-11, Representation by Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law. All offers must complete FAR 52.204-26 within SAM. If 52.204-26 Section K is completed as “does not” for provision and use of the prohibited equipment and services, FAR 52.204-24 Section K would not be completed and submitted separately as part of the offer per direction within FAR 52.204-24 itself. If FAR 52.204-26 includes “does” for either provision or use, FAR 52.204-24 Section K is required to be completed and submitted as part of the proposal. Offers must complete 52.212-3, Offeror Representations and Certifications-Commercial Items in Section K of the solicitation. This is a firm fixed-price procurement; therefore, the offeror’s initial offer should represent the vendor’s best quote in terms of lowest price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. ***Basis for Award** All interested parties MUST submit a quote no later than 30 June 2021 2:00 PM EST award will be made to the vendor that submits the lowest, firm fixed-price quotation that meets all salient characteristics. The government will not pay for any information received. ***Instructions to Offeror’s*** Please include the following information with your response: (1) FOB: N/A (2) Shipping Cost: N/A (3) Tax ID# (4) Dun & Bradstreet # (5) Cage Code: (6) Small Business – Yes ___ No ___ (7) Estimated Delivery Date: Government Point of Contact: Johnny Smith A2522013 NAWCAD Procurement Group AD 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: johnny.e.smith.civ@us.navy.mil Roberta Nethercutt A2522003, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: roberta.nethercutt@navy.mil and Roberta.m.nethercutt.civ@us.navy.mil