Skip to main content

An official website of the United States government

You have 2 new alerts

POD2 and POD3 Hardware Support-NetApp Maintenance 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: Canceled Combined Synopsis/Solicitation
  • Updated Published Date: Mar 19, 2024 02:56 pm PDT
  • Original Published Date: Mar 13, 2024 10:40 am PDT
  • Updated Date Offers Due: Mar 26, 2024 11:00 am PDT
  • Original Date Offers Due: Mar 26, 2024 11:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 10, 2024
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Edwards , CA 93524
    USA

Description

COMBINED SYNOPSIS/SOLICITATION

F1S0AS4025A001

Background. The 420th Flight Test Squadron is soliciting a Small Business set-aside, Request for Quote or RFQ for the selection of qualified and capable small businesses to provide Services for the POD2 and POD3 hardware support renewal Base plus 3 years (See attached Statement of Requirements).

(i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation for this requirement; quotations are being requested and a written solicitation will not be issued.

(ii)  The solicitation number is F1S0AS4025A001 and is issued as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 Feb 2024, DFARS Publication Notice (DPN) 20242201 effective 22 Jan 2024, and Air Force Acquisition Circular (DAFAC) 2023-0707, effective 07 Jul 2023.  

(iv) This acquisition allows for a small business set-aside with an associated NAICS code of 513210 – Computer Software Publishing and Reproduction, small business size standard of $47,000,000.00. The associated Supply Code is 7A21- IT and Telecom-Business Application Software.

(v) The work consists of, but is not limited to, the purchase of POD2 and POD3 hardware support renewal. (See Attached Salient Characteristics).

(v) Description of items to be Acquired:

POD2 and POD3 hardware support renewal, as follows:

CLIN 0001 through 0012 -- Period of Performance is from 1 Apr 2024 to 30 Sep 2024.

CLIN 0001 Non Returnable Disk,Renewal,VA P/N: CS-R-NRD2-VA; SN: 9496532510, 9496532663 Model Number FLASHCACHE Qty: 2 ea.

CLIN 0002 SupportEdge Secure Next Bus Day OnsiteVA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532510, 9496532663 Model Number: FAS8040A Qty: 2 ea.

CLIN 0003 Non Returnable Disk, Renewal, VA P/N: CS-R-NRD2-VA; SN: 9496532015, 9496532493 Model Number: FLASHCACHE Qty: 2 ea.

CLIN 0004 SupportEdge Secure Next Bus Day Onsite VA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532015, 9496532493 Model Number: FAS8040A Qty: 2 ea.

CLIN 0005 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 0006 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 0007 SupportEdge Secure Next Bus Day Onsite P/N: CS-SEC-NBD-VA; SN: 721638000371, 721638000372 Model Number: PAMI-FLASHCACHE Qty: 2 ea.

CLIN 0008 Warranty Extension, VA, P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 0009 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 0010 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 0011 SupportEdge Secure Next Bus Day Onsite, VA P/N: CS-SEC-NBD-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 0012 Warranty Extension, VA, Post Warranty P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 1001 through 1012 -- Period of Performance is from 1 Oct 2024 to 31 Mar 2025.

CLIN 1001 Non Returnable Disk,Renewal,VA P/N: CS-R-NRD2-VA; SN: 9496532510, 9496532663 Model Number FLASHCACHE Qty: 2 ea.

CLIN 1002 SupportEdge Secure Next Bus Day OnsiteVA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532510, 9496532663 Model Number: FAS8040A Qty: 2 ea.

CLIN 1003 Non Returnable Disk, Renewal, VA P/N: CS-R-NRD2-VA; SN: 9496532015, 9496532493 Model Number: FLASHCACHE Qty: 2 ea.

CLIN 1004 SupportEdge Secure Next Bus Day Onsite VA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532015, 9496532493 Model Number: FAS8040A Qty: 2 ea.

CLIN 1005 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 1006 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 1007 SupportEdge Secure Next Bus Day Onsite P/N: CS-SEC-NBD-VA; SN: 721638000371, 721638000372 Model Number: PAMI-FLASHCACHE Qty: 2 ea.

CLIN 1008 Warranty Extension, VA, P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 1009 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 1010 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 1011 SupportEdge Secure Next Bus Day Onsite, VA P/N: CS-SEC-NBD-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 1012 Warranty Extension, VA, Post Warranty P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 2001 through 2012 -- Period of Performance is from 1 Apr 2025 – 30 Sep 2025.

CLIN 2001 Non Returnable Disk,Renewal,VA P/N: CS-R-NRD2-VA; SN: 9496532510, 9496532663 Model Number FLASHCACHE Qty: 2 ea.

CLIN 2002 SupportEdge Secure Next Bus Day OnsiteVA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532510, 9496532663 Model Number: FAS8040A Qty: 2 ea.

CLIN 2003 Non Returnable Disk, Renewal, VA P/N: CS-R-NRD2-VA; SN: 9496532015, 9496532493 Model Number: FLASHCACHE Qty: 2 ea.

CLIN 2004 SupportEdge Secure Next Bus Day Onsite VA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532015, 9496532493 Model Number: FAS8040A Qty: 2 ea.

CLIN 2005 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 2006 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 2007 SupportEdge Secure Next Bus Day Onsite P/N: CS-SEC-NBD-VA; SN: 721638000371, 721638000372 Model Number: PAMI-FLASHCACHE Qty: 2 ea.

CLIN 2008 Warranty Extension, VA, P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 2009 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 2010 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 2011 SupportEdge Secure Next Bus Day Onsite, VA P/N: CS-SEC-NBD-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 2012 Warranty Extension, VA, Post Warranty P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 3001 through 3012 -- Period of Performance is from 1 Oct 2025 to 31 Mar 2026.

CLIN 3001 Non Returnable Disk,Renewal,VA P/N: CS-R-NRD2-VA; SN: 9496532510, 9496532663 Model Number FLASHCACHE Qty: 2 ea.

CLIN 3002 SupportEdge Secure Next Bus Day OnsiteVA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532510, 9496532663 Model Number: FAS8040A Qty: 2 ea.

CLIN 3003 Non Returnable Disk, Renewal, VA P/N: CS-R-NRD2-VA; SN: 9496532015, 9496532493 Model Number: FLASHCACHE Qty: 2 ea.

CLIN 3004 SupportEdge Secure Next Bus Day Onsite VA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532015, 9496532493 Model Number: FAS8040A Qty: 2 ea.

CLIN 3005 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 3006 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 3007 SupportEdge Secure Next Bus Day Onsite P/N: CS-SEC-NBD-VA; SN: 721638000371, 721638000372 Model Number: PAMI-FLASHCACHE Qty: 2 ea.

CLIN 3008 Warranty Extension, VA, P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 3009 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 3010 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 3011 SupportEdge Secure Next Bus Day Onsite, VA P/N: CS-SEC-NBD-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 3012 Warranty Extension, VA, Post Warranty P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 4001 through 4012 -- Period of Performance is from 1 Apr 2026 – 30 Sep 2026.

CLIN 4001 Non Returnable Disk,Renewal,VA P/N: CS-R-NRD2-VA; SN: 9496532510, 9496532663 Model Number FLASHCACHE Qty: 2 ea.

CLIN 4002 SupportEdge Secure Next Bus Day OnsiteVA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532510, 9496532663 Model Number: FAS8040A Qty: 2 ea.

CLIN 4003 Non Returnable Disk, Renewal, VA P/N: CS-R-NRD2-VA; SN: 9496532015, 9496532493 Model Number: FLASHCACHE Qty: 2 ea.

CLIN 4004 SupportEdge Secure Next Bus Day Onsite VA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532015, 9496532493 Model Number: FAS8040A Qty: 2 ea.

CLIN 4005 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 4006 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 4007 SupportEdge Secure Next Bus Day Onsite P/N: CS-SEC-NBD-VA; SN: 721638000371, 721638000372 Model Number: PAMI-FLASHCACHE Qty: 2 ea.

CLIN 4008 Warranty Extension, VA, P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 4009 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 4010 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 4011 SupportEdge Secure Next Bus Day Onsite, VA P/N: CS-SEC-NBD-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 4012 Warranty Extension, VA, Post Warranty P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 5001 through 5012 -- Period of Performance is from 1 Oct 2026 to 31 Mar 2027.

CLIN 5001 Non Returnable Disk,Renewal,VA P/N: CS-R-NRD2-VA; SN: 9496532510, 9496532663 Model Number FLASHCACHE Qty: 2 ea.

CLIN 5002 SupportEdge Secure Next Bus Day OnsiteVA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532510, 9496532663 Model Number: FAS8040A Qty: 2 ea.

CLIN 5003 Non Returnable Disk, Renewal, VA P/N: CS-R-NRD2-VA; SN: 9496532015, 9496532493 Model Number: FLASHCACHE Qty: 2 ea.

CLIN 5004 SupportEdge Secure Next Bus Day Onsite VA, Post Warranty P/N: CS-SEC-NBD-VA; SN: 9496532015, 9496532493 Model Number: FAS8040A Qty: 2 ea.

CLIN 5005 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 5006 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 5007 SupportEdge Secure Next Bus Day Onsite P/N: CS-SEC-NBD-VA; SN: 721638000371, 721638000372 Model Number: PAMI-FLASHCACHE Qty: 2 ea.

CLIN 5008 Warranty Extension, VA, P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000371, 721638000372 Model Number: FAS8040A Qty: 2 ea.

CLIN 5009 Supplemental Support Management P/N: CS-SUPPORT-MANAGEMENT; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 5010 Non Returnable Disk Plus, Renewal, y P/N: CS-R-NRD2-Y; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 5011 SupportEdge Secure Next Bus Day Onsite, VA P/N: CS-SEC-NBD-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

CLIN 5012 Warranty Extension, VA, Post Warranty P/N: CS-WARRANTY-EXTENSION-VA; SN: 721638000369, 721638000370 Model Number: FAS8040A Qty: 2 ea.

(vii) The Government Place of Performance is 420 FLTS 365 N. Flightline Rd. Edwards AFB, CA 93524. All services and related supply requests shall be F.O.B. Destination-Edwards AFB, CA 93524.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.  Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, acquisition.gov.

ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items

Offerors shall prepare their quotations IAW FAR 52.212-1, (Note: Offerors may submit quotes via email, please note the maximum file size is 10MB.  Emails over this file size will not be received.) In addition the following information shall be included:

1.  Offeror Name

2.  Address   

3.  CAGE Code   

4.  Primary NAICS.

5.  Business Size and Socioeconomic Program (if applicable) (i.e. SDVOSB, etc.) small

6.  Payment Terms (net 30) or Discount  net 30

7.  Point of Contact & Phone Number

8.  Offeror Email address.

9.  A spreadsheet the breaks down the price elements

10. Technical and Company Capability:

a. A technical and company capability narrative, not to exceed ten (10) pages, demonstrating firm’s capabilities to provide the services and full extent of items as outlined within the SOW. The narrative shall provide the Government with a reasonable assurance that the firm has the relevant capability required to meet or exceed the requirement;

b. Brochures, lists and any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.

(ix) FAR 52.212-2 Evaluation – Commercial Items, is applicable to this RFQ. 

ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items

The solicitation provides that quotations will be evaluated using Best Value to the Government. The award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: 

The agency will first rank quotations according to price, from lowest to highest, and will evaluate the three (3) lowest-priced quotations as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.


Evaluation Factors:
1. Price
2.Technical Acceptability
Technically Acceptable Subfactors:


The Government will award a contract resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on the criteria set forth above.

(x)  Offerors must include with their quote a completed copy of the provision at FAR  52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications—Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2022), applies.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2023) applies.

CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)

52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021)

52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2023)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive

Orders-Commercial Items (Feb 2024)

52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)

52.219-28 Post Award Small Business Program Representation (Feb 2024)

52.222-3 Convict Labor (June 2003)

52.222-19 Child Labor—Cooperation With Authorities and Remedies (Feb 2024)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-26 Equal Opportunity (Sep 2016)

52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)

52.222-50 Combating Trafficking in Persons (Nov 2021)

52.222-50 Alt I Combatting Trafficking in Persons (Mar 2015)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)

52.225-3 Buy American—Free Trade Agreements—Israeli Trade Act (Nov 2023)

52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)

52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2023 )

252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)

252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidential Agreements (Deviation 2017-O0001) (Jan 2017)

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)

252.211-7003 Item Identification and Valuation (Jan 2023)

252.211-7008 Use of Government-Assigned Serial Numbers (Sep 2010)

252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)

252.225-7000 Buy American Statute—Balance of Payments Program Certificate (Feb 2024)

252.225-7001 Buy American and Balance of Payments Program (Feb 2024)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023)

252.232-7010 Levies on Contract Payments (Dec 2006)

252.244-7000 Subcontracts for Commercial Items (Nov 2023)

252.246-7008 Sources of Electronic Parts (Jan 2023)

5352.201-9101 Ombudsman (Jul 2023)

CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT

252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (Class Deviation 2017-O0001) (Nov 2016)

Include the following provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Continuing Appropriations Act, 2017 (Pub. L. 114-223) or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113). Section 103 of the Continuing Appropriations Act, 2017 subjects the funding by that Act for FY 2017 to the same conditions set forth in section 743:

PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2017-O0001)(NOV 2016)

(a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(End of provision)

(xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made.

(xiv) Defense Priorities and Allocation System (DPAS): N/A

(xv) QUOTES ARE DUE NO LATER THAN 1100 PST on 26 Mar 2024.
(xvi)  Quotes shall be submitted electronically to denina.solomon@us.af.mil and adam.confer.2@us.af.mil.

The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes.

Proprietary information and trade secrets, if any, must be clearly marked on all materials.  All information received that is marked Proprietary will be handled accordingly.  Please be advised that all submissions become Government property and will not be returned.  All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.  The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.

Attachment:

Attch 1. Statement of Requirements

Contact Information

Contracting Office Address

  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA

Primary Point of Contact

Secondary Point of Contact

History