ManageEngine Service Desk Plus Enterprise Edition

Agency:
State: New Jersey
Type of Government: Federal
Category:
Posted: Mar 11, 2024
Due: Mar 20, 2024
Publication URL: To access bid details, please log in.
Follow
ManageEngine Service Desk Plus Enterprise Edition
Active
Contract Opportunity
Notice ID
N68335-24-Q-0128
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 11, 2024 02:12 pm EDT
  • Original Date Offers Due: Mar 20, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7A20 - IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Lakehurst , NJ
    USA
Description

I. Description of Requirement



This procurement is for ManageEngine Service Desk Plus Enterprise Edition - Subscription Model - Annual Subscription fee for 50 technicians (4000 nodes), P/N 46279.31S. This is a software renewal for the Governments current software subscription that is set to expire on 04 April 2024. The Government intends to procure the above software under a limited competition between the OEM, Zoho (CAGE: 1KJW4) and their authorized distributors. Delivery shall be made to the Naval Air Warfare Center, Lakehurst, NJ.





The resultant contract will be a firm-fixed-price contract.



II. Solicitation Instructions. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 will not be issued. (ii) This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & FAR Part 13 under solicitation number N68335-24-Q-0128. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (v) The associated North American Industrial Classification System (NAICS) code for this procurement is 513210 (vi) The specific software for this requirement can be found in the attached CLIN Structure. (vii) FOB point is destination as well as inspection and acceptance. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.



(a)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: Award Eligibility and Price.



Award Eligibility shall be determined by the following:






  1. Demonstration that the Offeror is an authorized distributor of the identified brand name manufacturer. Acceptable demonstration is as follows: Prime level Offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. If the prime Offeror's subcontractor is the authorized distributor, then the prime-level Offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime Offeror was the authorized distributor; AND

  2. Offeror provides an exact match of the part numbers listed in Attachment 001 of this solicitation.





If an Offeror does not provide the entire list of equipment, or is not an authorized distributor, the Offeror will be deemed Ineligible for award. If an Offeror does not submit pricing for all the line items identified in the 001 CLIN structure spreadsheet, the Offeror will be deemed Ineligible for award. If the Offeror provides pricing for all the line items identified in the Attachment 001, and is an authorized distributor, the Offeror will be deemed Eligible for award.





An Offeror’s Total Evaluated Price will be determined by multiplying the proposed unit prices, by the required quantities identified in each Contract Line Item Number (CLIN). For competitive evaluation purposes, the evaluated price for this procurement will be based on a sum of all CLINs. Offerors must provide pricing for all CLINs. All CLINs will be included in the total evaluated price. Each Offeror’s offer shall be evaluated to determine if it is complete.





In accordance with FAR 15.305(a)(1), competition establishes price reasonableness. Therefore, when contracting on a firm-fixed-price basis, comparison of the proposed prices will usually satisfy the requirements to perform a price analysis, and a cost analysis need not be performed. Since this will be conducted using competitive procedures, adequate price competition is expected as the basis for determining the fair and reasonableness of the selected Offeror’s price.





In the event that there is only one satisfactory offer, the Government reserves the right to request additional cost or pricing data as necessary from both the Offeror and subcontractors, and may conduct negotiations with the Offeror, pursuant to FAR 15.403-4 in order to ensure a reasonable and realistic price.





A Competitive Fair and Reasonable Price Determination will be reviewed and approved by the Procuring Contracting Officer. The Competitive Fair and Reasonable Price Determination will establish price reasonableness and determine responsibility (FAR 9.103).





The Government intends to evaluate proposals and award the contract without discussions as described in FAR 52.212-1(g); and will evaluate each offer on the basis of the Offeror’s initial offer. Therefore, the initial offer shall contain the Offeror’s best terms. 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; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).



A Subcontracting Plan pursuant to FAR 52.219-9, “Small Business Subcontracting Plan” shall accompany any proposal which exceeds $750,000 from a large business. The subcontracting plan should conform to the requirements of FAR 19.7 and DFARS 219.7. Small businesses are not required to submit a subcontracting plan. Large businesses who do not submit a subcontracting plan will not be considered for award.



(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii) Additional clauses and provisions and requirements:



FAR 52.203-3: Gratuities



FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I



FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions



FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights



FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



FAR 52.204-7: System for Award Management



FAR 52.204-13: System for Award Management Maintenance



FAR 52.204-16: Commercial and Government Entity Code Maintenance



FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems



FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-27: Prohibition on a ByteDance Covered Application



FAR 52.209-7: Information Regarding Responsibility Matters



FAR 52.223-5: Pollution Prevention and Right-to-Know Information



FAR 52.225-18: Place of Manufacture



FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation



FAR 52.227-1: Authorization and Consent



FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.



FAR 52.229-3: Federal, State And Local Taxes



FAR 52.232-39: Unenforceability of Unauthorized Obligations



FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors



FAR 52.242-13: Bankruptcy



FAR 52.252-2: Clauses Incorporated By Reference



DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights



DFARS 252.203-7003: Agency Office of the Inspector General



DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7003: Control Of Government Personnel Work Product



DFARS 252.204-7007: Alternate A, Annual Representations and Certifications



DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls



DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism



DFARS 252.211-7003: Item Unique Identification and Valuation



DFARS 252.211-7008: Use of Government-Assigned Serial Numbers



DFARS 252.215-7008: Only One Offer



DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors



DFARS 252.217-7026: Identification of Sources of Supply



DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic



DFARS 252.225-7002: Qualifying Country Sources As Subcontractors



DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies





DFARS 252.225-7013: Duty-Free Entry—Basic





DFARS 252.225-7048: Export-Controlled Items





DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns



DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006: Wide Area Workflow Payment Instructions



DFARS 252.232-7010: Levies on Contract Payments



DFARS 252.243-7001: Pricing Of Contract Modifications



DFARS 252.243-7002: Requests for Equitable Adjustment



DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services



DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System



DFARS 252.246-7008: Sources of Electronic Parts





Additional requirements: Quotes are due by 2:00pm EDT, 20 March 2024 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil. Please see attachments for the CLIN structure. All proposals shall meet all requirements as outlined in this combined synopsis/solicitation and related CLIN structure attachment. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.




Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 11, 2024 02:12 pm EDTCombined 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

...Master b. Integrated navigation software: Rose Point Electronic Charting Software ($2,600) c...

Federal Agency

Bid Due: 1/08/2025

* 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.