VMware Software
Amendment 1 The purpose of this Amendment is to extend the solicition period and the Close by Date. The RFQ Close by Date is being extended to 11 September 2019 by 2:00pm Eastern Standard Time (EST). ... Amendment 1 The purpose of this Amendment is to extend the solicition period and the Close by Date. The RFQ Close by Date is being extended to 11 September 2019 by 2:00pm Eastern Standard Time (EST). This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days in accordance with FAR 5.203(b). Request for Quote (RFQ) number is N66604-19-Q-9394. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to procure VMware vSpehere 6 Enterprise Plus licenses and VMware Horizon 7 Enterprise software licenses, on a Firm Fixed Price, basis as follows through ESL BPA N66001-19-A-0055: CLIN Item Description Quantity 0001 U.S. Federal VMware Horizon 7 Enterprise: - 100 Pack (CCU), VMware Inc. - Part #: HZ7-ENC-100-F 3 each 0002 U.S. Federal Production Support/Subscription for VMware Horizon 7 Enterprise: - 100 Pack (CCU) for 1 year, VMware Inc. - Part #: HZ7-ENC-100-P-SSS-F 3 each 0003 U.S. Federal VMware vSphere 6 Enterprise Plus - 1 processor, VMware Inc. - Part #: VS6-EPL-F 60 each 0004 U.S. Federal Production Support/Subscription VMware vSphere 6 Enterprise Plus - 1 processor, VMware Inc. - Part #: VS6-EPL-P-SSS-F 60 each F.O.B. Destination Newport, RI. 02841. All items must be delivered and invoiced to the Government by 20 September 2019. This requirement is being solicited as an unrestricted requirement under North American Industry Classification System (NAICS) Code 511210. The Small Business Size Standard is $38.5 million. This requirement will be awarded to the mandatory source ESI BPA N66001-19-A-0055 in accordance with memorandum "Mandatory Use of DON Enterprise Licensing Agreements" signed 22 February 2012 by the Department of the Navy Chief Information Officer, the Assistant Secretary of the Navy for Research Development and Acquisition, and the Assistant Secretary of the Navy for Financial Management and Comptroller. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must provide the Brand Name items no substitutions allowed in the specified quantities and (2) the Government will consider past performance information information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The provisions at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and 252.225-7031, Secondary Arab Boycott of Israel apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Incorporated provisions and clauses are those through the most current Federal Acquisition Circular. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System ("DPAS") rating of DO-C9. In accordance with FAR 39.204(d), Section 508EIT, Accessibility Standards 36 C.F.R § 1194.21, 36 C.F.R § 1194.22, 36 C.F.R § 1194.31 and 36 C.F.R § 1194.41 applies to this solicitation. The Contractor shall furnish items or services provided under this contract that comply with EIT Accessibility Standards (36 C.F.R. § 1194). In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If the unit cost is $5,000.00 or more, payment via Wide Area Workflow (WAWF) applies. The Government's preferred method of payment is Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes shall be submitted electronically to Chelsea Isherwood at chelsea.isherwood@navy.mil and must be received on or before Wednesday 4 September, 2019 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Chelsea Isherwood at email: chelsea.isherwood@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »