Dell Extended Warranty/Maintenance and Software Licenses
ID: 71-R03E-BKType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a one-year extension of maintenance and software licenses for Dell equipment at Vance Air Force Base in Oklahoma. The procurement includes extending warranty and maintenance services for a four-node VxRail cluster, two DP4400 IDPA units, and two Dell 4048 top-of-rack switches, along with necessary software licensing for VMware support. This opportunity is critical for maintaining operational efficiency and compliance with IT and telecom security standards. Interested vendors must submit their quotes via email to Betty S. Kliewer by October 15, 2024, and all questions should be submitted by October 7, 2024, using the provided Q&A form. The contract will be awarded based on a Firm Fixed Price, best value/technically acceptable basis, and all subcontractors must be registered in SAM.gov at the time of award.

    Point(s) of Contact
    Betty S. Kliewer
    (580) 213-7582
    (580) 213-6047
    betty.kliewer.ctr@us.af.mil
    vance.localpurchase@us.af.mil
    (580) 213-7582
    (580) 213-6047
    vance.localpurchase@us.af.mil
    Files
    Title
    Posted
    The document outlines the Annual Commercial Products & Services Representations and Certifications form required by ASRC Federal for potential suppliers availing contracts funded by the U.S. Government, effective April 1, 2024. Suppliers must complete and sign the form to confirm compliance with U.S. regulations, including the accuracy of representations regarding federal contracts and executive compensation reporting. Notable sections include the necessity for reporting any payments made to influence federal transactions, certification regarding the absence of debarment or criminal convictions affecting eligibility, and disclosure requirements related to ownership by governments deemed a threat. The form is structured in parts, with instructions guiding whether additional sections must be completed based on the supplier's registration status in the System for Award Management (SAM). Suppliers whose annual gross revenue meets specific thresholds must follow further disclosure protocols related to executive compensation. This document emphasizes compliance, transparency, and ethical responsibility in federal contracting, serving as a critical component of the procurement process for government contracts and grants.
    The document outlines the process for submitting questions related to a government Request for Proposals (RFP). It states that all questions submitted will be compiled into the document for review by the requester, and responses will be provided by a specified deadline. The structure of the document includes a comment/question form where participants can log their inquiries and a section for referencing relevant documents. This process aims to ensure transparency and clarity in the proposal process, facilitating effective communication between the government and potential contractors. Overall, the document underscores the commitment to addressing stakeholder inquiries to improve the RFP's implementation and outcomes.
    The document outlines the General Provisions and FAR Flowdown Provisions for a contract between ASRC Federal Holding Company and its Seller for commercial items under a U.S. Government Prime Contract, effective April 10, 2024. Key sections cover contract formation, applicable laws, assignment and subcontracting, changes to the contract, and compliance with various regulations. Significant details include the seller's obligations to comply with federal laws, maintain confidentiality, and adhere to quality control standards. The provisions emphasize the independent contractor relationship, responsibilities regarding government property, insurance requirements, and indemnification. Flowdown clauses from the Federal Acquisition Regulation outline expectations for labor standards, equal opportunity, and contract integrity. The document establishes a framework to ensure that all parties meet legal obligations and maintain accountability in contract performance. This structure is essential in government RFPs and grants, supporting compliance and transparency in federal contracting.
    The Vendor Authorization Request form outlines ASRC Federal's policy to ensure that SBA-certified businesses, such as Small Disadvantaged, Woman-owned, HUBZone, and Veteran-owned entities, have opportunities in contract performance. The form requires vendors to provide specific information including legal and business names, contact details, taxpayer identification, and banking information for electronic funds transfer. It also mandates documentation like IRS Form W-9 for new vendors and stipulates payment terms, typically net 45 days for large businesses and net 30 for small businesses. Furthermore, the form emphasizes compliance with federal regulations regarding small business classifications and warns of penalties for misrepresentation of business size or status. Lastly, an Electronic Funds Transfer Authorization Agreement segment allows vendors to initiate and manage bank account information for payment purposes. This comprehensive process supports ASRC Federal's commitment to facilitating participation of diverse small businesses in federal contracts.
    The form W-9, issued by the Internal Revenue Service (IRS), is utilized by individuals and entities in the United States to provide their Taxpayer Identification Number (TIN) for reporting purposes. This form is essential for those working with payers required to file information returns, such as Forms 1099 that report various types of income. Key sections of the form include the identification of the entity or individual, a certification under penalties of perjury regarding the accuracy of the TIN, and warnings about backup withholding procedures. The W-9 captures the federal tax classification (individual, corporation, partnership, etc.) and accommodates exemptions from backup withholding and FATCA reporting. New updates for 2024 include clarification on LLC classifications and the requirement for flow-through entities to disclose foreign partners. The document emphasizes how failure to provide accurate information can lead to penalties, which highlights the importance of compliance. In the context of government RFPs and grants, the W-9 facilitates accurate payment and reporting, ensuring proper tax remedy and accountability within federal funding processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Outdoor Furniture for Vance AFB Club
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for outdoor furniture for the Crosswind Club located at Vance Air Force Base in Enid, Oklahoma. The procurement includes a variety of items such as aluminum lounge chairs, dining tables, and protective covers, with specific quantities outlined in the solicitation. This furniture is essential for enhancing the outdoor recreational facilities at the club, contributing to the overall morale and welfare of service members and their families. Interested vendors must submit their quotes via email to Betty S. Kliewer by October 18, 2024, at 1 PM CST, and should note that this is a firm fixed-price contract contingent upon government funding approval.
    Install of 24 SM FOC for Bldg 415 Vance AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the installation of a 24-strand single-mode fiber optic cable to enhance network connectivity between Building 500 and Building 415 at Vance Air Force Base in Oklahoma. The project requires contractors to supply all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, with a focus on safety and compliance with industry standards. This installation is critical for improving communication infrastructure at the base, ensuring efficient operations. Quotes must be submitted by October 28, 2024, at 11 AM CST, and interested parties should direct inquiries to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil.
    Control Modules
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of 30 control modules (part 10175021-SP) to be delivered to Vance Air Force Base in Enid, Oklahoma. This solicitation, categorized as a Combined Synopsis/Solicitation, requires compliance with federal regulations, including certifications related to the Buy American Act and anti-lobbying provisions. The control modules are critical components for various defense applications, underscoring their importance in maintaining operational readiness. Interested vendors must submit their bids by 11:00 AM CST on Tuesday, October 15, 2024, via email to Heather Long at heather.long.10.ctr@us.af.mil, ensuring adherence to all specified requirements and regulations.
    Library Shelving for Facility 314 at Vance AFB
    Active
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Services, is seeking proposals for the procurement and installation of library shelving units at Vance Air Force Base (AFB) in Enid, Oklahoma. The project involves delivering and installing various types of Blue Ridge shelving, including mobile and non-mobile units, as well as the removal of excess materials generated during the installation process. This initiative aims to enhance the functionality and organization of the Vance Library, which serves military families by providing educational resources and testing services. Interested offerors must submit their quotes and supporting documents by October 7, 2024, to Carmella Holtz at carmella.holtz.ctr@us.af.mil, with payment terms set at Net 45 for large businesses and Net 30 for small businesses.
    Dell Data Domain Maintenance
    Active
    Dept Of Defense
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    4G Flightline Wireless extended Warranty, Travis AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking small businesses to provide an extended warranty and customer support services for a recently installed 4G Flightline Wireless system. The procurement aims to ensure continued operational efficiency and connectivity at Travis AFB by requiring on-site and remote support, emergency assistance, regular system health checks, and software maintenance for an additional two years. This initiative is critical for maintaining advanced technological systems that support military operations, with interested vendors required to submit their responses by October 9, 2024, and any questions by October 7, 2024. For further inquiries, interested parties can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Grant Harris at grant.harris.8@us.af.mil.
    Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.
    70--SERVER,RACKMOUNT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of rack-mounted servers. The procurement aims to ensure that the servers meet operational and functional requirements as specified by designated Cage Codes, with a focus on quality assurance and compliance with military standards. These servers are critical for various defense operations, highlighting the importance of maintaining their functionality and reliability. Interested vendors must submit their quotes by May 3, 2024, and can contact Ryan Powell at 717-605-8198 or via email at RYAN.M.POWELL22.CIV@US.NAVY.MIL for further details.
    Ball Valves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of seven Jumbo BIV 5.0” STORZ X 6.0” NHF valves, as outlined in the combined synopsis/solicitation notice. This procurement is critical for maintaining operational readiness and ensuring the availability of essential equipment at Vance Air Force Base in Enid, Oklahoma. Interested vendors must comply with federal regulations, including the submission of a signed IRS Form W-9 and adherence to the Buy American Act, with bids due by 11:00 AM CST on October 10, 2024. For further inquiries, vendors can contact Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 DISA IE1 BACKBONE TRUNK BETWEEN BLDG 1000, ROOM 222, FL SL1, 900 SAC BLVD, OFFUT AFB, NE AND BLDG 110, ROOM 201, 1400 32ND AVENUE NORTH, FARGO, ND 58102.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 DISA IE1 backbone trunk between specific locations at Offutt Air Force Base, NE, and Fargo, ND. The procurement requires compliance with commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is critical for ensuring reliable communication infrastructure within the defense sector. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil.