NAWCTSD need for Atlassian JIRA Software (Server) 2000 Users. Commercial License Renewal
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: May 18, 2022 01:30 pm EDT
- Original Date Offers Due: May 30, 2022 06:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 14, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
- NAICS Code:
- 511210 - Software Publishers
- Place of Performance: Orlando , FL 32826USA
Description
This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 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.
Combined synopsis/solicitation N6134022R0068 is issued as a request
for quote (RFQ) and incorporates the provisions and clauses in effect
from regulations posted to https://www.acquisition.gov/content/farsite-migration-acquisition.govinclusive, but not limited
to Federal Acquisition Circular (FAC) number 2019-02. This
procurement is being solicited on the basis of a small business set-aside
competition with an associated North American Classification System
(NAICS) code of 511210 (Software Publishers) a standard ceiling of
$41,500,000 million in assets.
NAWCTSD has a requirement to procure brand name only Atlassian Jira
modules, licenses, and other hardware. When submitting quotes, please
submit as one Firm Fixed Price (FFP) CLIN 0001. The breakdown of
brand name specific part number, part description, and part quantities for
the item to be included in CLIN 0001 Jira Software is as follows:
CLIN 0001 – Atlassian Jira Software 2000 Users license re-newal (1)
CLIN
Item Description
Unit of Issue
Qty
Total Price
0001
Atlassian Jira Software (Server) 2000 Users: Commercial License
Renewal
Support Entitlement Number: SEN-9524278
Licensed To: Naval Air Warfare Center Training Systems Division
Support Period: June 1, 2022 - May 30, 2023
Each
1
Total
- Delivery of all items are required 30 days after receipt of the Purchase
Order.
Shipment shall be FOB Destination to:
Naval Air Warfare Center Training Systems Division
12211 Science Dr.
Orlando, FL 32826
The provision at FAR 52.212-1, Instructions to Offerors-Commercial
Items dapplies to this acquisition with the addendum that Offerors are
required to submit warranty information and parts availability with its
offer.
The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not
apply.
Evaluation Criteria: The Government will award a purchase order
resulting from this combined synopsis/solicitation to the responsible
Offeror whose offer conforming to this notice will be the most
advantageous, representing the best value to the Government. A firmfixed-
price purchase order will be awarded. If multiple quotes are
received, the Government will award on a lowest price technically
acceptable basis to the Offeror meeting the specifications of this
combined synopsis/solicitation. The failure of an Offeror to provide
information sufficient to determine conformance with the combined
synopsis/solicitation may result in the Offeror being ineligible for award.
All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT
(SAM). Information concerning SAM registration requirements may be
viewed via the Internet at https://www.sam.gov/portal/SAM/.
Going forward, all new entities registering in GSA’s System for Award
Management (SAM), as well as existing registrations being updated or
renewed, will require the submission of an original, signed notarized
letter identifying the authorized Entity Administrator for the entity
associated with the Data Universal Numbering System (DUNS) number
before the registration will be activated. It is recommended that all
interested parties be aware that processing this additional information
may take several days and are proactive in maintaining the SAM
registrations in an “Active” status as the government cannot award to an
entity without an “Active” SAM registration. More information can be
found at www.gsa.gov/samupdate.
The following Federal Acquisition Regulation (FAR) provisions and
clauses apply to this acquisition:
FAR 52.204-7
FAR 52.204-13
FAR 52.204-19
FAR 52.209-2
FAR 52.212-4
FAR 52.219-6
FAR 52.225-1
FAR 52.233-1
FAR 52.247-34
FAR 52.252-2
The clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders- Commercial Items applies to
this acquisition. The following subparagraphs of FAR 52.212-5(b)
apply:14,22,25,26,27,28,30,33,42,49,and 55.
The following Defense Federal Acquisition Regulation Supplement
(DFARS) provisions and clauses apply to this acquisition:
DFARS 252.203-7000
DFARS 252.203-7002
DFARS 252.204-7003
DFARS 252.204-7006
DFARS 252.204-7015
DFARS 252.211-7003
DFARS 252.225-7048
DFARS 252.232-7006
DFARS 252.232-7003
DFARS 252.232-7010
DFARS 252.244-7000
All FAR and DFARS Clauses may be viewed in full text by viewing the
Federal Acquisition Regulation Site at http://farsite.hill.af.mil/.
No DPAS rating applies.
Offers are due no later than 1800 US Eastern Standard Time on 30
May 2022. Proposals will only be accepted by Contract Specialist,
Chris Williams via email at christopher.williams295.civ@us.navy.mil. Responses
must include at least the solicitation number; name, address and
telephone number of Offeror; warranty information; discount terms,
estimated delivery date; business type; CAGE code. Proprietary data in
the responses will be protected where so designated.
For questions regarding this acquisition, contact chris Williams,
Contract Specialist, christopher.williams295.civ@us.navy.mil.
*Please note, due to the current COVID-19 situation, please be sure that
all contractor personnel are not showing symptoms, and have not had
any OCONUS travel within the last 14 days. Contractors will be asked
these questions before granted permission to enter NAWCTSD Orlando.
Attachments/Links
Contact Information
Contracting Office Address
- 12211 SCIENCE DRIVE
- ORLANDO , FL 32826-3224
- USA
Primary Point of Contact
- Chris Williams
- christopher.williams295.civ@us.navy.mil
- Phone Number 4073804989
Secondary Point of Contact
History
- Jun 14, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)