Federal Bid

Last Updated on 07 Mar 2019 at 9 AM
Combined Synopsis/Solicitation
Natick Massachusetts

SolarWinds

Solicitation ID W911QY19R0011
Posted Date 19 Feb 2019 at 6 PM
Archive Date 07 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Natick Massachusetts United states 01760
Solicitation W911QY19R0011 is being amended to extend the time for quotation receipt by one (1) day.

Solicitation W911QY19R0011 is being amended to adjust the period of performance of the required licenses and extend the date for quotation submission. Vendors should submit quotations ONLY for the eight SolarWinds products described in section (v) below.


(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

(ii) This solicitation, number W911QY19R0011, is issued as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.

(iv) This is a total small business set-aside and only qualified offerors may submit quotations. The associated North American Industrial Classification System (NAICS) code for this acquisition is 511210 with a small business size standard of $38,500,000.

(v) ACC-APG, Natick Contracting Division requires the following SolarWinds products:

CLIN 0001 - SolarWinds IP Address Manager IP4000 (up to 4096 IPs) - Annual
Maintenance Renewal; SW21785078; PoP 03/01/2019 - 02/28/2020; QTY (1) EA

CLIN 0002 - SolarWinds User Device Tracker UT2500 (up to 2500 ports) - Annual
Maintenance Renewal; SW21785078; PoP 03/01/2019 - 02/28/2020; QTY (1) EA

CLIN 0003 - SolarWinds Log & Event Manager LEM250 (up to 250 nodes) - Annual
Maintenance Renewal; SW21785078; PoP 03/01/2019 - 02/28/2020; QTY (1) EA

CLIN 0004 - SolarWinds Network Performance Monitor SLX (unlimited elements-Standard Polling Throughput) - Annual Maintenance Renewal; SW21785078; PoP 03/01/2019 - 02/28/2020; QTY (1) EA

CLIN 0005 - SolarWinds Network Configuration Manager DL100 (up to 100 nodes) -
Annual Maintenance Renewal; SW21785078; PoP 03/01/2019 - 02/28/2020; QTY (1) EA

CLIN 0006 - SolarWinds Web Help Desk Per Technician License (6 to 10 named
users) - Annual Maintenance Renewal; SW21785078; PoP 03/01/2019 - 02/28/2020; QTY (8) EA

CLIN 0007 - SolarWinds Web Help Desk - Additional User (11 to 20 named users) -
License Upgrade (Maintenance expires on same day as existing seats); PoP 03/01/2019 - 02/28/2020; QTY (4) EA

CLIN 0008 - SolarWinds Database Performance Analyzer per SQL Server, MySQL, or
Oracle SE instance (5 to 9 licenses) - Annual Maintenance Renewal; SW22034805; PoP 03/01/2019 - 02/28/2020; QTY (5) EA


(vi) This requirement is for BRAND NAME IT Software as specified above. Shipping must be free on board (FOB) destination CONUS (Continental U.S), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This combined synopsis/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. No partial shipments are permitted unless specifically authorized at the time of award.

(vii) Delivery is required 01 March 2019 to Joint Base San Antonio TX, Inspection/Acceptance by Government, FOB Destination.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial (DEVIATION 2018-O0018), applies to this acquisition and is incorporated by reference into this RFQ. See section (xv) below for submission instructions.

(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to acquisition and is incorporated by reference into this RFQ. Quotations will be evaluated on the basis of price only.

(x) Offerors are to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items--Alternate I, with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition;

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Nov 2015)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (SEPT 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-50, Combating Trafficking in Persons (March 2, 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.233-3, Protest After Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)

(xiii) The following additional FAR and DFARS clauses apply to this acquisition and are incorporated by reference;
52.204-7, System for Award Management (OCT 2018)
52.204-13, System for Award Management Maintenance (OCT 2018)
52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
52.204-17, Ownership or Control of Offeror (JUL 2016)
52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-20, Predecessor of Offeror (JUL 2016)
52.204-22, Alternative Line Item Proposal (JAN 2017)
52.207-1, Notice of Standard Competition (MAY 2006)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
52.219-1, Small Business Program Representations--Alternate I (SEP 2015)
52.222-22, Previous Contracts and Compliance Reports (FEB 1999)
52.222-25, Affirmative Action Compliance (APR 1984)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (AUG 2018)
52.232-1, Payments (APR 1984)
52.232-8, Discounts for Prompt Payment (FEB 2002)
52.232-11, Extras (APR 1984)
52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.233-1, Disputes (MAY 2014)
52.233-4, Applicable Law for Breach of Contract Claim
52.243-1, Changes-Fixed Price (AUG 1987)
52.247-34, F.o.b. Destination (NOV 1991)
52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) (APR 1984)
52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2, Clauses Incorporated by Reference (FEB 1998)
52.252-5, Authorized Deviations in Provisions (APR 1984)
52.252-6, Authorized Deviations in Clauses (APR 1984)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011)
252.204-7003, Control of Government Personnel Work Product (APR 1992)
252.204-7006, Billing Instructions (OCT 2005)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
252.211-7003, Item Unique Identification and Valuation (MAR 2016)
252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2017)
252.225-7048, Export-Controlled Items (JUNE 2013)
252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013)
252.232-7010, Levies on Contract Payments (DEC 2006)
252.243-7001, Pricing of Contract Modifications (DEC 1991)
252.244-7000, Subcontracts for Commercial Items (JUN 2013)
252.247-7023, Transportation of Supplies by Sea-Basic (APR 2014)

This contract incorporates one or more clauses by reference, the full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm

(xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition.

(xv) Quotations shall be submitted electronically to Yvette Daltorio via email at [email protected]. All quotations are due 20 February 2019 by 3:00PM EST. Quotations will only be accepted electronically via the email address provided above.

(xvi) For information regarding this combined synopsis/solicitation, please contact;
Yvette Daltorio, Contract Specialist
Email: [email protected]

Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 29 Nov 2018 at 6 PM
Macdill air force base Florida 10 Apr 2014 at 1 PM
Cannon air force base New mexico 13 Sep 2021 at 9 PM
Johnson city Tennessee Not Specified
Location Unknown 30 Sep 2016 at 7 PM

Similar Opportunities

Riverside California 10 Jul 2025 at 8 PM
Location Unknown 08 Sep 2025 at 10 PM
Location Unknown 30 Sep 2025 at 4 AM (estimated)