The Naval Air Warfare Center – Aircraft Division, Lakehurst (NAWCAD LKE) intends to solicit, negotiate, and award a firm-fixed-price contract on a limited competition basis to procure the following:
Information Technology service management (ITSM) tool
Zoho Part # 46279.31S, ManageEngine Service Desk Plus Enterprise Edition –
Annual Subscription fee for 65 Technicians (4000 nodes) 65 licenses.
(1 year license renewal of 50 licenses: 19 April 2025 - 18 April 2026).
(1 year license purchase of 15 additional licenses: 19 April 2025- 18 April 2026).
This procurement is in support of NAWCAD Lakehurst, NJ. See Attachment for the complete CLIN Structure. This limited competition will be between Zoho Corp and their authorized distributors using FAR Part 12 and FAR Part 13 procedures.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.
1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached CLIN structure. Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached CLIN Structure will not be considered for award.
2. Price: The Government will evaluate price for reasonableness.
Delivery shall be FOB Destination (FAR 52.247-34). Early deliveries are acceptable at no additional cost to the Government. The anticipated period of performance is : 19 April 2025 - 18 April 2026.
NAWCADLKE
Bldg 120, RM 165 Highway 547
Joint Base MDL 08733
Note that this is strictly a limited competition between Zoho Corp and their authorized distributors.
Vendors that are not the original end manufacturer will be required to demonstrate their capacity as an authorized distributor for their quote to be considered for award.
The offeror certifies that they will deliver items according to the Period of Performance. Shipping must be Free on Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All applicable shipping costs should be included in the unit prices of the equipment. Payment Terms shall be NET 30.
The offeror certifies that the will be valid until 19 April 2025.
By responding to this combined synopsis & solicitation, the Offeror certifies that that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.
All deliverables must be compliant with FAR 52.219-14 Limitations on Subcontracting. FAR 52.204-24, FAR 52.204-27, and DFARS 252.225-7007 apply.
Please submit a Firm-Fixed-Price quote pursuant to the terms and conditions of this CSS N68335-25-Q-0116 to this office on or before 20 February 2025, via email to: jeffrey.m.chelston.civ@us.navy.mil. If you need any additional information regarding the above, please contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil
If this requirement is a commercial requirement as defined by FAR 2.101, the Commercial Item Checklist shall be filled out and submitted with the quote.
DFARS Clause 252.211-7003, Item Identification and Valuation may apply to this procurement. Any end items that have a unit acquisition cost of over $5,000 shall have the clause applied.
As of 13 August 2020, Section 889 of Public Law 115-232, “Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment,” Part B, took effect. The FAR Case 2019-009 rule prohibits the Government from contracting with an entity that uses certain telecommunications equipment or services produced by the entities listed in the statute. As a result of the above, the Clauses and Provisions associated with this rule are applicable to the resultant Delivery Order.
As of 03 February 2021, interim Defense Federal Acquisition Regulation Supplement (DFARS) rule 2019-D041, Assessing Contractor Implementation of Cybersecurity Requirements, which was effective 30 November 2020. The interim rule amends the DFARS to incorporate requirements for assessment of contractor implementation of cybersecurity requirements and to enhance the protection of unclassified information within the DoD supply chain via the National Institute of Standards and Technology Special Publication (NIST SP) 800-171 DoD Assessment Methodology and the Cybersecurity Maturity Model Certification (CMMC) framework.
As a result of the above, the requirements referenced in Provision 252.204-7019, Notice of NIST SP 800- 171 DoD Assessment Requirements (NOV 2020); and Clauses 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) and 252.204-7021, Cybersecurity Maturity Model Certification Requirement (NOV 2020) are applicable to the resultant contract. A current NIST SP 800-171 DoD Assessment must be posted in the Supplier Performance Risk System (SPRS), which will be reviewed prior to contract award.
The quote shall be submitted electronically, ensuring that any electronic version of spreadsheets are Excel compatible, as applicable with formulas and links active, including any subcontracted work, to this office.
Please note that the offeror's SAM.gov entity registration needs to be active at the time of quote submission through award in order for the offeror to be able to receive award.
All questions regarding this effort should be addressed to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil
Attachment 1: CLIN Structure.