Skip to main content

An official website of the United States government

You have 2 new alerts

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 32826
    USA

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.

Contact Information

Contracting Office Address

  • 12211 SCIENCE DRIVE
  • ORLANDO , FL 32826-3224
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 14, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)