Federal Bid

Last Updated on 08 Oct 2010 at 9 AM
Combined Synopsis/Solicitation
Force Pennsylvania

Software Citrix XenApp Platinum

Solicitation ID FA8751-10-Q-0614
Posted Date 21 Sep 2010 at 7 PM
Archive Date 08 Oct 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Force Pennsylvania United states
This is a combined synopsis/solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0614 is issued as a Request for Quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100820. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This solicitation is unrestricted with regard to business size standard. For reference, the NAICS code is 511210 and small business size standard is $25M average annual receipts.

Offerors shall quote the following item on a "per user per network" basis. The Government intends that the end users will employ this software on multiple networks of different security levels. Alternatives to the product identified below will be considered by the Government.

ITEM 01: XenApp Platinum Edition Annual User License x1 MLS
QTY: 135

GENERAL DESCRIPTION: End-to-end Windows Application Delivery Solution for a virtualized system. Includes client-side and server-side application virtualization for application delivery to distributed office and mobile locations from one central location, application performance monitoring with troubleshooting, and graphics acceleration. Essential functions include Application Streaming, Application Performance Monitoring, and Progressive Display.

The required delivery date is within 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is Beale AFB CA. Specific delivery instructions will be provided to the contract awardee.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 8 AM (ET) THURSDAY 23 SEPTEMBER 2010. Submit to: [email protected] or by facsimile to 315-330-8081 or by mail to AFRL/RIKO, Attn: Andrew Clark, 26 Electronic Pkwy, Rome NY 13441-4514. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Offerors shall submit a technical description of any non-Citrix items being offered in sufficient detail for the Government to evaluate compliance with the requirements of the solicitation. This may include product literature or other documents.

(b)(10) No past performance information is required.

(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 1 day after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factor shall be used to evaluate offers: (i) PRICE and (ii) TECHNICAL CAPABILITY. The Technical Capability factor is more important than Price.

The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote.

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.227-7015, Technical Data - Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests
252.247-7023, Transportation of Supplies by Sea Alternate III
252.247-7024, Notification of Transportation of Supplies by Sea

The following additional FAR Supplements provisions and clauses also apply:

252.232-7010, Levies on Contract Payments

5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754.

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.

All responsible organizations may submit a quote which shall be considered.
Bid Protests Not Available

Similar Past Bids

Kingman Arizona 20 May 2011 at 7 PM
Charleston South carolina 19 May 2015 at 7 PM
San diego California 06 Jul 2016 at 10 PM
Washington District of columbia 21 May 2015 at 4 PM
Picatinny arsenal New jersey 27 Feb 2014 at 8 PM

Similar Opportunities

New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)