The RFP Database
New business relationships start here

Citrix XenDesktop Platinum License


New Mexico, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1)    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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.

2)    The assigned number for this solicitation is FA4855-19-Q-A052. This solicitation is being issued as a Request for Quote (RFQ).


3)    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 and Defense FAR Supplement (DFARS) Publication Notice 20171228.


4)    This requirement is being solicited under a 100% Small Business Set-Aside. The standard industrial classification code is D319, NAICS is 541519. The Small Business Size Standard for this NAICS code is $27.5 Million.


5)    Contract Line Item Numbers are proposed below:
a)    CLIN 0001 (1 LOT) -Citrix XenDesktop Platinum Edition and all supporting software/hardware in accordance with the attached parts list- Period of Performance - 9/30/2019 - 9/29/2020

6)    Description of Services:


a)     The contractor shall furnish all supplies listed on the attached parts list. Supplies/Services MUST be Citrix brand IAW the Justification and Approval (attachment 2)


7)    The Period of Performance for the contract shall be as follows:
a)    30 September 2019 - 29 September 2020



The following provisions apply to this acquisition:


8)    FAR 52-212-1 Instructions to Offerors - Commercial Items


-    FAR 52.212-1 Instructions to Offerors - Commercial Items is addended as follows:


PROPOSAL PREPARATION INSTRUCTIONS


A. To assure a timely and equitable evaluation of the proposals, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.


B. Due to the estimated dollar value of this acquisition, cost or pricing certification under FAR 15.406-2 will not be required. Upon examination of the initial offer, the contracting officer will review past performance information, pricing data, technical documentation, and other relevant data to determine contractor responsibility. If, in the contracting officer's opinion, a fair and reasonable price is offered, no additional discussions will be held. However, if at any time during the review, the contracting officer determines that pricing information is lacking or if the price cannot be deemed fair and reasonable, the Government may enter negotiations with the offeror.



C. General Information.


INFORMATION REGARDING SUBMISSION OF QUOTES: All quotes must be signed by an authorized company official and emailed to:


- SrA Autumn Trevino, CA at autumn.trevino@us.af.mil
- SSgt James Salazar, CO at james.salazar.2@us.af.mil


and be received no later than 12:00PM 18 Sep 2019. Amendments, if issued, must be signed by an authorized company official and submitted.


NOTE: Proposals shall be submitted by email only. Facsimile submittals will not be accepted. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers."


(End of Addendum)


 


 


9)    FAR 52.212-2 Evaluation - Commercial Items:


This provision is incorporated by reference, and paragraph (a) is modified to read as follows:


(a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:


1. Price


2. Technical Acceptability: Technical Acceptability is achieved when the offeror provides the following:
a)    A portfolio (no more than ten pages) that showcases the contractor's technical capabilites and its conformity to the terms and conditions defined on the attached parts list



All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place.
(End of Provision)


 


10)     FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2017)
The Offeror shall complete only paragraph (b) of this clause if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://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 the provision.



11)    FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR/DFARS/AFFARS: http://farsite.hill.af.mil



11) The following FAR clauses apply to this acquisition:
52.203-18     Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation
52.203-19     Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-2     Security Requirements
52.204-9     Personal Identity Verification of Contractor Personnel
52.204-16     Commercial and Government Entity Code Reporting
52.204-18     Commercial and Government Entity Code Maintenance
52.204-19     Incorporation by Reference of Representations and Certifications.
52.209-6     Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1     Instructions to Offerors--Commercial Items
52.212-2     Evaluation - Commercial Items
52.212-4     Contract Terms and Conditions--Commercial Items
52.219-6     Notice Of Total Small Business Set-Aside
52.219-28     Post-Award Small Business Program Rerepresentation
52.222-3     Convict Labor
52.222-50     Combating Trafficking in Persons
52.223-18     Encouraging Contractor Policies To Ban Text Messaging While Driving
52.224-1     Privacy Act Notification
52.224-2     Privacy Act
52.224-3     Privacy Training
52.225-13     Restrictions on Certain Foreign Purchases
52.225-25     Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.
52.232-39     Unenforceability of Unauthorized Obligations
52.232-40     Providing Accelerated Payments to Small Business Subcontractors
52.233-1     Disputes
52.233-3     Protest After Award
52.237-2     Protection Of Government Buildings, Equipment, And Vegetation
52.247-34     F.O.B. Destination
52.253-1     Computer Generated Forms


12) The following DFARS clauses cited are applicable to this solicitation:
252.203-7000     Requirements Relating to Compensation of Former DoD Officials
252.203-7002     Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alt A     System for Award Management Alternate A
252.204-7006     Billing Instructions
252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support
252.232-7003     Electronic Submission of Payment Requests and Receiving Reports
252.237-7010     Prohibition on Interrogation of Detainees by Contractor Personnel
The following AFFARS clause cited is applicable to this solicitation:
AFFARS 5352.201-9101     Ombudsman


13)     Proposals must be signed, dated and submitted by 18 September 2019, 12:00 PM, Mountain Standard Time. Submittal of a quote shall represent acceptance of the terms and conditions in this solicitation and its attachments. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer.


Primary: Autumn Trevino - autumn.trevino@us.af.mil
Alternate: James Salazar - james.salazar.2@usa.f.mil


 



Attachments:


Attachment 1 - Citrix Renewal Parts List
Attachment 2 - Justification and Approval


Autumn J. Trevino, Contract Specialist, Phone 5757846470, Email autumn.trevino@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP