Federal Bid

Last Updated on 16 May 2024 at 10 PM
Combined Synopsis/Solicitation
Edwards California

VMWare Broadcom Licenses

Solicitation ID FA930224Q0047
Posted Date 16 May 2024 at 10 PM
Archive Date 25 May 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa9302 Aftc Pzz
Agency Department Of Defense
Location Edwards California United states 93524

This is a Combined Synopsis/Solicitation for the procurement of VMWare Broadcom Licenses

Please see attached SF 1449 (Containing all anticipated Clauses and Provisions) for details.

THIS IS A LIMITED SOURCE ACQUISTION IAW FAR 13.106-1(b)(1)(i) “Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available," for: VMWare.

(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: FA930224Q0047 **Please provide the full solicitation number on all packages**

This acquisition requires a local contractor who can provide the following for Edwards AFB, CA. Period of Performance/Delivery: 30 Days ARO.

PLEASE REVIEW ATTACHED SF 1449 FOR FULL REQUIREMENT DETAILS AND ANTICIPATED CLAUSES.

-------------------------------------------------------------------------------------------------------------------------------

0001 Part#: VCF-TD-TL-1P-F-2 | VMWare Cloud Foundation 5/Broadcom License | 160 Each

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 utilize the attached SF1449 to complete quote information or may submit a separate quote; ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. 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 2024-03 and DFARS Change 03/26/2024 and DAFAC 2023-0707.

(iv) THIS REQUIREMENT WILL BE: LIMITED SOURCE ACQUISTION IAW FAR 13.106-1(b)(1)(i) for the manufacturer VMWare. The North American Industry Classification System (NAICS) number for this acquisition is 513210 “Software Publishers” with a size standard of $47,000,000.00.

(v) Period of Performance/Delivery: 30 Days ARO

(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Mar 2023), 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. 

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:

1. SAM UEI

2. CAGE Code:

3. Contractor Name:

4. Payment Terms (net 30) or Discount:

5. POC Name, Phone Number, Email:

6. Warranty:

7. Date Offer Expires:

8. FOB Destination:

11: Estimated Delivery Lead Time: 

12. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Oct 2014) or notification that FAR 52.212-3 representation 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***

The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide the VMWare Broadcom Licenses in accordance with the requirements. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.

Evaluation Factors:

1. Price

2. Technically Acceptability

Technically Acceptable Subfactors:

  1. Ability to provide the VMWare Broadcom Licenses

The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the Best Value based on LTPA.

(x) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. 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 Products and Commercial Services (Dec 2022), applies to this acquisition.

(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Jun 2023), 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. Questions are due by 21 May 2024 at 12:00pm Pacific Daylight Time (PDT). Offers are due by 23 May 2024 at 12:00 PM, Pacific Daylight Time (PDT). No late submissions will be accepted.

(xv) For additional information regarding this solicitation contact: Primary Point of Contact: Adam R. Confer, Contract Specialist, [email protected]; Secondary Point of Contact: Suzanna Kussman, Contracting Officer, [email protected]   

Bid Protests Not Available

Similar Past Bids

No Similar Past Bids Found

Similar Opportunities

No Similar Opportunities Found