This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (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.
The solicitation number N61340-21-Q-0020 is listed as Request for Quotation (RFQ) to procure multiple commercial items. It incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/ inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2021-05. This Procurement is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code for this requirement is 541519 with a size standard of $30M. This procurement will be awarded using the Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. The Government anticipates awarding a firm-fixed-price purchase order.
This solicitation will include twelve Firm-Fixed-Price CLINs in support of NAWCTSD’s specific requirements as follows:
CLIN 0001 P/N 81748 - SOLARWINDS ENGINEER'S TOOLSET PER SEAT- LIC W/1ST YEAR MAINTENANCE(Pop Date: 9/04//2021-9/04/2022) Quantity: 2
CLIN 0002 P/N 81266 - SOLARWINDS NETFLOW TRAFFIC ANALYZER MODULE FOR SOLARWINDS NETWORK PERFORMANCE MONITOR SL500 - ANNUAL MAINTENANCE RENEWAL (Pop Date: 8/27/2021-8/27/2022) Quantity: 1
CLIN 0003 P/N 81244 - SOLARWINDS NETWORK CONFIGURATION MANAGER DL100 (UP TO 100 NODES) - ANNUAL MAINTENANCE RENEWAL (Pop Date: 8/27/2021-8/27/2022) Quantity: 1
CLIN 0004 P/N 81245 - SOLARWINDS NETWORK CONFIGURATION MANAGER DL200 (UP TO 200 NODES) - ANNUAL MAINTENANCE RENEWAL (Pop Date: 8/27/2021-8/27/2022) Quantity: 1
CLIN 0005 P/N 81256 - SOLARWINDS NETWORK PERFORMANCE MONITOR SL250 (UP TO 250 ELEMENTS) - ANNUAL MAINTENANCE RENEWAL (Pop Date: 8/27/2021-8/27/2022) Quantity: 1
CLIN 0006 P/N 81257 - SOLARWINDS NETWORK PERFORMANCE MONITOR SL500 (UP T O 500 ELEMENTS) 1 YR MAINTENANCE RENEWAL (Pop Date: 8/27/2021-8/27/2022) Quantity: 1
CLINS 0001-0006 are annual license renewals for the System Administration Station (SAS) at MCAS Miramar, CA. CLINS 0007-0012 are annual license renewals for the SAS located at MCAS Cherry Point, NC.
CLIN 0007 P/N 81748 - SOLARWINDS ENGINEER'S TOOLSET PER SEAT- LIC W/1ST YEAR MAINTENANCE(Pop Date: 9/04//2021-9/04/2022) Quantity: 2
CLIN 0008 P/N 81266 - SOLARWINDS NETFLOW TRAFFIC ANALYZER MODULE FOR SOLARWINDS NETWORK PERFORMANCE MONITOR SL500 - ANNUAL MAINTENANCE RENEWAL (Pop Date: 9/04//2021-9/04/2022) Quantity: 1
CLIN 0009 P/N 81244 - SOLARWINDS NETWORK CONFIGURATION MANAGER DL100 (UP TO 100 NODES) - ANNUAL MAINTENANCE RENEWAL (Pop Date: 9/04//2021-9/04/2022) Quantity: 1
CLIN 0010 P/N 81245 - SOLARWINDS NETWORK CONFIGURATION MANAGER DL200 (UP TO 200 NODES) - ANNUAL MAINTENANCE RENEWAL (Pop Date: 9/04//2021-9/04/2022) Quantity: 1
CLIN 0011 P/N 81256 - SOLARWINDS NETWORK PERFORMANCE MONITOR SL250 (UP TO 250 ELEMENTS) - ANNUAL MAINTENANCE RENEWAL (Pop Date: 9/04//2021-9/04/2022) Quantity: 1
CLIN 0012 P/N 81257 - SOLARWINDS NETWORK PERFORMANCE MONITOR SL500 (UP T O 500 ELEMENTS) 1 YR MAINTENANCE RENEWAL (Pop Date: 9/04//2021-9/04/2022) Quantity: 1
Sole Source determination on file dated 22 JUN 2021.
Quotes shall include best delivery terms. Delivery shall be made electronically to by adding them to the existing Solarwinds Account: SW2176322
Notify Jesse Thein at [email protected] following delivery of CLINs 0001 – 0006,
Notify John Rooks at [email protected] following delivery of CLINS 0007 – 0012
Delivery date: No later than 30 days after contract award
The award recipient will insure deliverable items through final destination. Inspection/Acceptance will occur at the destination location. Quotations must be valid through 6 August 2021 at minimum.
The following provisions/clauses apply to this acquisition:
52.204-7 System for Award Management OCT 2018
52.204-13 System for Award Management Maintenance AUG 2020
52.212-1 Instructions to Offerors-Commercial Items OCT 2018
52.212-4 Contract Terms & Conditions-Commercial Items OCT 2018
252.203-7000 Requirements Relating to Compensation of Former DoD
Employees SEP 2011
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7006 Billing Instructions OCT 2005
252.204-7012 Safeguarding of Unclassified Controlled Technical Information DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7003 Item Identification and Valuation MAR 2016
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk
System in Past Performance Evaluations SEPT 2019
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7000 Buy American-Balance of Payments Program Certificate NOV 2014
252.225-7001 Buy American and Balance of Payments Program DEC 2017
252.225-7012 Preference for Certain Domestic Commodities (DEC 2017
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area Workflow Payment Instructions DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items OCT 2020
252.247-7023 Transportation of Supplies by Sea FEB 2019
Award Evaluation: 52.212-2 Evaluation-Commercial Items (OCT 2014) applies. Award will be made to the lowest priced, technically acceptable offeror.
The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the internet at https://www.acquisition.gov/. Vendors must be registered in the System for Award Management (SAM), https://beta.sam.gov/. Vendors shall provide Representation and Certifications (52.212-3). Offeror CAGE Code shall be provided on all quotations. Quotations must be received no later than 06 July 2021 1400 EST. Quotations shall be emailed to Government POC: Nicole Pinkney, email: [email protected]. Vendors submitting their quotes via email are cautioned that files over 10MB and .zip files may be rejected by the Navy’s server.