Skip to main content

An official website of the United States government

You have 2 new alerts

Brand Name - SNC TRAX® Annual Support, JREAP-A Module Upgrade Annual Support

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Sep 13, 2023 03:48 pm PDT
  • Original Date Offers Due: Sep 18, 2023 05:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 03, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Tucson , AZ 85707
    USA

Description

This is a combined synopsis/solicitation for commercial Brand Name Software Services in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This request is for the SNC TRAX® Annual Support, JREAP-A Module Upgrade Annual Support located at Davis-Monthan Air Force Base (DMAFB), Arizona.

This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2023-05 effective 09/07/2023, Defense Procurement Notice 20230817, and Air Force Acquisition Circular 2023-0707.

This solicitation is under NAICS Code 541519 and is unrestricted. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. Lack of SAM registration will make an offeror ineligible for award.

The government will award a firm fixed price base year plus 4 option years contract with the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation document as the offeror's capability statement to meet the defined salient characteristics of the product or service and in accordance with the Performance Work Statement.

The Government intends to evaluate offers and award without discussion but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.

The Government will not provide contract financing for this acquisition.  Upon award and satisfactory performance, payment will be made through Wide Area Workflow.

****Quotation pricing must follow the table in the attached Summery Pricing Sheet.****

Attachments:

  1. Summary Pricing Sheet_FA487723QA463
  2. Brand Name J&A_FA487723QA463

Important Dates/Times (All Times are Arizona Standard Local Time)

-All quotes shall be submitted by email by 18 Sep 2023, 5:00 pm.

The following deliverables shall be emailed to both POCs by the dates and times listed:

1. Quotation Pricing - must follow the attached summary pricing sheet 

2. Fill-Ins Provisions and Clauses

*Failure to return any of these documents will result in the quotation being deemed technically unacceptable. 

It is the responsibility of the vendor to ensure their quote was submitted on time & review the post for any changes or amendments to this RFQ. For continuity purposes, please send all correspondence to All THREE points of contact.

Point of Contacts are:

Primary:             Ms. Megan Middleton, megan.middleton.5@us.af.mil   

Alternate:           SrA Richard Kelly, richard.kelly.32@us.af.mil

*****Notice to Vendor(s)/Supplier(s): The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. *****

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA

Primary Point of Contact

Secondary Point of Contact

History