Search Contract Opportunities

Maxwell AFB Next-Gen Firewall Equipment

ID: FA3300PKA24RFQ0M01 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

GENERAL INFORMATION

26th Network Operations Squadron (26 NOS) at Maxwell-Gunter AFB, AL 36112-6334, has a requirement for a network firewall tech refresh. This is a combined synopsis/solicitation for commercial service items prepared IAW the format in 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. This requirement is issued as a Brand Name Request for Quote (RFQ) (FA3300PKA24RFQ00M1). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2024-05, Department of the Air Force Federal Acquisition Circular (DAFAC) 2024-0612, and the DPN 20240729.

A Firm Fixed Priced Award will be made IAW the following:

NAICS Code: 334111; Size Standard: 1,250 Employees

IMPORTANT NOTES:

1. THE GOVERNMENT IS SOLICITING FOR OPEN MARKET QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED..
2. THIS IS REQUIREMENT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM SMALL BUSINESSES WILL BE REVIEWED.

NATURE OF ACQUISITON:
26th Network Operations Squadron (26 NOS), located on Maxwell-Gunter AFB, AL has a requirement to purchase the below listed items outlined in CLIN 0001. This procurement will be awarded under FAR Part 13 Simplified Acquisition Procedures.
All inquiries/ responses to this notice must be received by Thursday, March 07, 2024 at 4:30 PM CST. SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following brand name items:
0001 Paloalto Next Generation Firewall (NGFW) 1410 PAN-PA-1410 (FIREWALL) and support services in accordance with (IAW) the attached Statement of Requirement (SOR) para. 2.1.1-2.1.4.
DELIVERY INFORMATION

ATTN: Jiminian Lopez
26 NOS 416 East Moore Drive, Bldg. 856,
MAFB-Gunter Annex, AL. 36114

QUOTATION PREPARATION INSTRUCTIONS

Contractor shall provide pricing valid through 30 Sep 2024.

1. The offeror must submit a dated quote with unit prices and extended prices in response to this solicitation. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self- sufficient, and respond directly to the requirements of this RFQ.

2. THE OFFEROR'S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING:

a. Product Requirement: Offeror must submit a quote for the Paloalto brand name items with part numbers as outlined in the Schedule of Supplies/Services for CLIN 0001 IAW the attached SOR para. 2.1.1-2.1.4.

b. Delivery Date: The offeror shall propose a realistic date (based on days after date of contract) for the requirements identified in this solicitation. The delivery date shall take into consideration availability, ordering, shipping and any other factors that could affect the delivery of the item (s) being proposed under this solicitation.

Delivery date will be incorporated into the resulting contract.

c. Representations and Certifications:

i. IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I.

ii. Offeror must confirm country of origin. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote.
d. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and DUNS.

e. SECTION 889: Offerors must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services- Representation.

f. To be eligible to receive an award resulting from this RFQ, contractors MUST BE REGISTERED and ACTIVE in the DoD Systems for Award Management (SAM) database at time of quotation submission, no exceptions. Contractors not registered in SAM, your quote will not be evaluated. To register, please visit http://www.sam.gov or call 1-866-606-8220.

g. Responses to this notice shall be provided in writing via email to both the Contract Specialist, SSgt Drew Matter at drew.matter@us.af.mil and the Contracting Officer, Mr Jeremey Kersey at jeremy.kersey.1@us.af.mil All responses shall be received NLT 4:30 pm CST on Thursday, August 29, 2024. Email is the preferred method. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist or the Contracting Officer identified in this notice.

BASIS FOR AWARD

1. This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be made to the lowest priced offeror that meets the minimum criteria identified below. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not clearly meet minimum requirements).

a. Product Requirement: Offeror quote shall be evaluated to ensure the Paloalto brand name items with part numbers as outlined in the Schedule of Supplies/Services for CLIN 0001 IAW the attached SOR para. 2.1.1-2.1.4 were provided.

2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.

Attachment 1: Statement of Requirement Attachment 2: Clauses and Provisions
AFFARS CLAUSES IN FULL TEXT

CLAUSE NO ALT NO/ DEV NO CLAUSE TITLE YEAR- MO SECTION

5352.201-9101 Ombudsman 2019-10 SEC I

"(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Director of Contracting, AFICC/KT, Telephone Numbers: (210) 652-1722 (DSN:487-1722); or Alternate: Mr. Todd S. Joyner, Chief, Clearance & Program Support Division, Telephone Number: (210) 652-7075 (DSN:487-7075). Address: 2035 First Street West, JBSA Randolph TX 78150-4304. E-mail Addresses: david.jones.3@us.af.mil and todd.joyner@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile
number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer."

(End of clause)

Background
The 26th Network Operations Squadron (26 NOS) at Maxwell-Gunter AFB, AL has a requirement for a network firewall technology refresh. This solicitation is issued as a Brand Name Request for Quote (RFQ), aimed at acquiring commercial service items to support the mission of the Air Force. The goal of this contract is to procure specific brand name firewall equipment to replace end-of-life systems and enhance network security.

Work Details
The procurement includes the following brand name items:
1. Paloalto Next Generation Firewall (NGFW) 1410 (PN: PAN-PA-1410) - Firewall for securing medium enterprises and small enterprise branch offices with next-generation firewall security.
2. Threat Prevention Subscription (PN: PAN-PA-1410-TP) - 1 year term.
3. Advanced URL Filtering Subscription (PN: PAN-PA-1410-ADVURL) - 1 year term.
4. Premium Support for US Government Accounts (PN: PAN-SVC-PREMUSG-1410) - 1 year term.
All hardware must be brand new and TAA compliant; refurbished items are not authorized.

Place of Performance
Delivery is to be made to Attn: Jiminian Lopez, 26 NOS, 416 East Moore Drive, Bldg. 856, MAFB-Gunter Annex, AL 36114.

Overview

Response Deadline
Aug. 29, 2024, 5:30 p.m. EDT (original: Aug. 27, 2024, 5:00 p.m. EDT) Past Due
Posted
Aug. 23, 2024, 11:39 a.m. EDT (updated: Aug. 28, 2024, 12:13 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Montgomery, AL 36112 United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 6 days, below average for the Air Education and Training Command. 88% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 8/23/24 Air Education and Training Command issued Synopsis Solicitation FA3300PKA24RFQ0M01 for Maxwell AFB Next-Gen Firewall Equipment due 8/29/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334111 (SBA Size Standard 1250 Employees) and PSC 7G21.
Primary Contact
Name
SSgt Drew Matter   Profile
Phone
(334) 953-7835
Fax
None

Secondary Contact

Name
Jeremy B. Kersey   Profile
Phone
(334) 953-3526
Fax
3349532198

Documents

Posted documents for Synopsis Solicitation FA3300PKA24RFQ0M01

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA3300PKA24RFQ0M01

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA3300PKA24RFQ0M01

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA3300PKA24RFQ0M01

Experts for Maxwell AFB Next-Gen Firewall Equipment

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AETC > FA3300 42 CONS CC
FPDS Organization Code
5700-FA3300
Source Organization Code
100098189
Last Updated
Sept. 13, 2024
Last Updated By
drew.matter@us.af.mil
Archive Date
Sept. 13, 2024