NetApp Maintenance Renewal

Agency: DEPT OF DEFENSE
State: California
Type of Government: Federal
Category:
Posted: Apr 25, 2024
Due: Apr 30, 2024
Solicitation No: FA930224Q0034v2
Publication URL: To access bid details, please log in.
Follow
NetApp Maintenance Renewal
Active
Contract Opportunity
Notice ID
FA930224Q0034v2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE TEST CENTER
Office
FA9302 AFTC PZZ
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 25, 2024 01:25 pm PDT
  • Original Date Offers Due: Apr 30, 2024 03:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Edwards , CA 93524
    USA
Description

This is a Combined Synopsis/Solicitation for NetApp Maintenance Renewal. Please see attached Statement of Requirements, all anticipated clauses and provisions with be listed on the Supporting SF1149.





THIS IS A BRAND NAME REQUIREMENT. Please see uploaded Brand Name Requirement.





(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.





(ii) Solicitation Number: FA930224Q0034 **Please provide the full solicitation number on all packages**





Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote.





Offerors may submit a quote; ensuring the quote contains information and pricing for all contract line items (CLINs). Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.





This solicitation is issued as a Request for Quote (RFQ).





(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 Feb 2024, DFARS Publication Notice (DPN) 20242201 effective 22 Jan 2024, and Air Force Acquisition Circular (DAFAC) 2023-0707, effective 07 Jul 2023..





(iv) The North American Industry Classification System NAICS code of 513210 – Computer Software Publishing and Reproduction, small business size standard of $47,000,000.00. The associated Supply Code is 7A21- IT and Telecom-Business Application Software.





(v) Period of Performance: NLT May 1st, 2024





(vi) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/





Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:





PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:





1. SAM UEI:





2. TIN Number:





3. CAGE Code:





4. Contractor Name:





5. Payment Terms (NET 30) or Discount:





6. Point of Contact Name and Phone Number:





7. Email address:





8. Warranty:





9. Date Offer Expires:





10. FOB Destination:





11. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Oct 2014) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov





(ix) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***





This award will be made to the vendor whose quote provides the Best Overall Value. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.



The following factors shall be used to evaluate offers:



• Technical Capability




  • Subfactor: Provision of all required products





Technical capability of the products offered to meet the Government requirement; (Your quote package MUST clearly show and demonstrate your company’s ability to meet the stated requirements outlined in the attachments. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)



• Price





This award will be made to the vendor whose quote provides the Best Overall Value. Upon submission of your quote, technically capability will be assessed first. To be found technically acceptable, the quote must demonstrate the contractor’s ability to provide all products as outlined in the Statement of Requirements. The Program Manager will evaluate all quotes to determine technical acceptability on a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. If your quote is found to be technically acceptable, price will be the next determining factor for award. Only one award will be made under this solicitation. The contract will be awarded to the vendor who is found technically acceptable and provides the lowest price to the Government resulting in the Best Overall Value.



(x) Offerors shall include completed copies of applicable provisions; which are included at the end of this docuement.





Offers will be considered incomplete if these are not included with the quote.





(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021), applies to this acquisition.





(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2022), applies to this acquisition.





(xii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/





(xiii) Defense Priorities and Allocation System (DPAS): N/A





(xiv) Quote Submission Information:





It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.





Offers are due by April 29th 2024 at 12:00 PM, Pacific Daylight Time (PDT).





Offers must be sent via email to both Adam R Confer (Adam.Confer.2@us.af.mil) AND Denina Hudson (denina.solomon@us.af.mil). No late submissions will be accepted.





(xv) For additional information regarding this solicitation contact:





Secondary Point of Contract:





Adam R. Confer





CS/CO





Adam.Confer.2@us.af.mil





Primary Point of Contact:





Denina Hudson





Contracting Specialist





denina.solomon@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 25, 2024 01:25 pm PDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Simplifed Acquisition of Base Engineering Requirements (SABER) Unit Price Guide Software Active

Federal Agency

Bid Due: 12/20/2024

Follow USCGC BERTHOLF REPLACEMENT CIC DOOR Active Contract Opportunity Notice ID 70Z08524P0001371 Related

Federal Agency

Bid Due: 12/08/2024

Bid Title: Qualified Contractors List Application Category: Capital Improvement Projects (CIP) Status: Open

City of Laguna Hills

Bid Due: 12/31/2024

Follow Sources Sought Notice 2024 Active Contract Opportunity Notice ID 80ARC024AOSS Related Notice

Federal Agency

Bid Due: 12/31/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.