Posted: May 20, 2024, 2:36 p.m. EDT
SUBJECT: Solicitation: W91CRB-24-Q-VEEAM PL-B-UDV; Request for Quote (RFQ)
Amendment 0001: 5/16/24
Extending Solicitation W91CRB-24-Q-VEEAM - PL-B-UDV from 5/17/24 to 5/23/24 due to not receiving all Q/A back from the SAMD customer.
Amendment 0002: 5/20/24
Vendor Questions and Answers Solicitation W91CRB-24-Q-VEEAM - PL-B-UDV (See Amendment 0002 Attachment)
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.
This solicitation is a Request for Quote (RFQ). This action is posted as a 100% Small Business Set-Aside under NAICS Code: 513210 Software Publishers . The size standard for the NAICS Code is $41.5 Million.
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), an agency of the Government, has a brand name requirement for the procurement of a qty. 30 Veeam Backup and Replication Enterprise Plus Licenses and Veeam Software Warranty (four additional years). In accordance with FAR 6.302-4, International Agreement this procurement is a country directed brand name requirement Foreign Military Sales (FMS) Case PL-B-UDV for the country of Poland. The Government anticipates the issuance of a commercial Firm Fixed Price (FFP) contract as a result of subject synopsis/solicitation. The anticipated date of award to be determined but no later than 20 May 2024.
All supplies/services are requested to be proposed upon and specified by the offeror as seen below:
Description:
CLIN 0001 Veeam Backup and Replication Enterprise Plus Licenses PL-B-UDV
The contractor shall deliver 30 Veeam Backup and Replication Enterprise Plan Licenses.
CLIN 0002 Veeam Software Warranty (four additional years) PL-B-UDV
The contractor shall deliver 30 Veeam Software Warranty (four additional years).
Other Information/Requirements:
- It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation.
- The Government requires the Veeam Backup and Replication Enterprise Plan Licenses to be delivered as soon as possible. Contractors shall propose a delivery date for CLIN 0001 and CLIN 0002. Only one (1) date shall be provided per CLIN. Details of Delivery Location and Inspection and Acceptance are as follows:
CLIN 0001-FMS Case PL-B-UDV:
Place of delivery TBD
Inspection and Acceptance at Destination
FOB Origin
CLIN 0002-FMS Case PL-B-UDV
Place of delivery TBD
Inspection and Acceptance at Destination
FOB Origin
- All responsible sources may submit a quote which will be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database and include the assigned Unique Entity Identification code with quote submission.
- **Offerors SHALL include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their response. Additionally, Offerors shall provide a completed copy of 52.204-24 and 52.204-26 with their response.**
- Any questions are to be submitted in writing to Charrissa Stancell, Contract Specialist, via email to: Charrissa.m.stancell.civ@army.mil no later than 10:00AM - EST U.S. on 10 May 2024.
- The offeror shall submit their quote via email to Charrissa Stancell, Contract Specialist, Charrissa.m.stancell.civ@army.mil by 10:00AM EST-U.S. 17 May 2024. An email confirmation from the contract specialist must be received to be considered submitted.
Contact Information:
Charrissa Stancell
Contract Specialist
Army Contracting Command Aberdeen Proving Ground (ACC-APG)
Email Charrissa.m.stancell.civ@army.mil
BASIS FOR AWARD:
Proposals will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. A single award will be made based on the Lowest Priced Technically Acceptable (LPTA) evaluation approach. (Note: See FAR 52.212-3 for evaluation criteria detailed herein). The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation.
In accordance with FAR 52.215-1(f)(4), the Government intends to evaluate proposals and award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
Proposals will be evaluated in accordance with FAR 52.212-2 , Evaluation Commercial Products and Commercial Services (Nov 2021) :
(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:
Factor 1 Cost/Price: Price will be evaluated based on the total proposed price for CLIN 0001 and CLIN 0002.
Factor 2 Technical: Technical will be evaluated based on the technical capability of the item/s offered to meet the Government's requirement. Additionally, the technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the proposal.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
PROVISIONS AND CLAUSES applicable to this acquisition are as follows:
FAR 52.203-7 Anti-Kickback Procedures
FAR 52.204-4 Printed of Copied Double-Sided on Recycled Paper
FAR 52.204-7 System for Award Management
FAR 52.204-8 Annual Representations and Certifications
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporated by Reference of Representations and Certifications
FAR 52.204-20 Predecessor of Offerors
FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment
FAR 52.204-26 Covered Telecommunications Equipment or Services Representation
FAR 52.207-1 Notice of Standard Competition
FAR 52.207-2 Notice of Streamlined Competition
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law
FAR 52.211-6 Brand Name or Equal
FAR 52.211-8 Time of Delivery
FAR 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, for Paragraph (b) the following clauses apply: 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-25, Affirmative Action Compliance, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.233-2, Service of Protest AND 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after Award
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.219-9 Small Business Subcontracting Plan
FAR 52.219-14 Limitations on Subcontracting
FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representations
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-8 Discounts for Prompt Payment
FAR 52.232-11 Extras
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3 Protest after Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.242-13 Bankruptcy
FAR 52.242-15 Stop-Work Order
FAR 52.242-17 Government Delay of Work
FAR 52.243-1 Changes Fixed Price
FAR 52.246-16 Responsibility for Supplies
FAR 52.247-29 F.O.B. Origin
FAR 52.249-1 Termination for Convenience of the Government
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.253-1 Computer Generated Forms
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representations Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A System of Award Management
DFARS 252.204-7007 Alternate A Annual Representations and Certifications
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements
DFARS 252.222-7999 Combating Race and Sex Stereotyping (Deviation 2021-O0001)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
DFARS 252.225-7041 Correspondence In English
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software
DFARS 252.227-7032 Right in Technical Data and Computer Software (Foreign)
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 252.244-7000 Subcontract for Commercial Items
Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: https://www.acquisition.gov