GENERAL INFORMATION
The 42nd Contracting Squadron, 50 S. LeMay Plaza, Bldg. 804, Maxwell Air Force Base (AFB), AL has a requirement to procure a Standard Software Support for TOAD Perpetual Professional Edition Licenses with Quest DBA module. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ) (Reference-Number (F2XTA14559AQ01). The solicitation document and incorporated clauses and provisions are those in effect the Federal Acquisition Circular 2025-2, Department of Air Force Acquisition Circular (DAFAC) 20241016, and the DFARS Change 20241218.
A Firm Fixed Priced Award will be made IAW the following: NAICS Code: 541511; Size Standard: $34M
IMPORTANT NOTES:
1. THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES, OR OTHER GOVERNMENT-WIDE ACQUISITION CONTRACTS (GWAC) QUOTES, WILL NOT BE CONSIDERED.
2. ALL PRODUCTS/ LICENSES MUST BE NEW: NO USED/ REFURBISHED OR USED ITEMS WILL BE ACCEPTED.
3. THIS IS A 100% SMALL BUSINESS SET-ASIDE AND ONLY OFFERS FROM SMALL BUSINESSES WILL BE ACCEPTED.
NATURE OF ACQUISITON:
AF/JAS has a requirement to procure Standard Software Support for TOAD Perpetual Professional Edition Licenses with Quest DBA module.
SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following items:
Base Year: 31 Jan 2025- 30 Jan 2026
CLIN 0001: TOAD Perpetual Professional Edition Licenses with Quest DBA module in accordance with (IAW) Statement of Work (SOW) paragraphs 2.1- 2.2 (see Attachment 1) Quantity 14
Option Year One (1): 31 Jan 2026- 30 Jan 2027
CLIN 1001: TOAD Perpetual Professional Edition Licenses with Quest DBA module IAW SOW paragraphs 2.1- 2.2 (see Attachment 1) Quantity 14
Option Year Two (2): 31 Jan 2027- 30 Jan 2028
CLIN 2001: TOAD Perpetual Professional Edition Licenses with Quest DBA module in accordance with (IAW) Statement of Work (SOW) paragraphs 2.1- 2.2 (see Attachment 1) Quantity 14
Option Year Three (3): 31 Jan 2028- 30 Jan 2029
CLIN 3001: TOAD Perpetual Professional Edition Licenses with Quest DBA module IAW SOW paragraphs 2.1- 2.2 (see Attachment 1) Quantity 14
DELIVERY INFORMATION
AF/JAS
Chennault Circle Blgd.694 Maxwell AFB, AL 36112 6418
QUOTATION PREPARATION INSTRUCTIONS
Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
1. The contractor must submit a dated quote with unit prices and extended prices in response to this solicitation. To ensure timely and equitable evaluation of quotes, contractor must comply with instructions contained herein. Failure to do so may result in an offer being determined non- responsive. Quotes must be complete, self- sufficient, and respond directly to the requirements of this RFQ.
2. Contractor agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Multiple offers will not be accepted under this Request for Quotation, nor will multiple awards be considered.
3. THE CONTRACTOR’S QUOTE PACKAGE SHALL INCLUDE THE FOLLOWING:
a. Product Specifications: The contractor shall provide product specifications that clearly meet the minimum requirements under Schedule of Supplies/Services and the Statement of Work, paragraphs 2.1- 2.2.
b. Representations and Certifications:
1. IAW 52.212-3, the contractor shall complete only paragraph (b) of this provision if the contractor has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the contractor has not completed the annual representations and certifications electronically,
the contractor shall complete only paragraphs (c) through (v) of this provision.
2. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American-
-Balance of Payments Program Certificate) certification, from SAM, with their quote.
4. Section 889 - Contractor must complete and return with quote the provisions 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26, Covered Telecommunications Equipment or Services- Representation.
5. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and DUNS.
6. To be eligible to receive an award resulting from this RFQ, contractors MUST BE REGISTERED and ACTIVE in the DoD Systems for Award Management (SAM) database at time of quotation submission, no exceptions. Contractors not registered in SAM, your quote will not be evaluated. To register, please visit http://www.sam.gov or call 1-866-606-8220.
7. Responses to this notice shall be provided in writing via email to both the Contract Specialist, Ms. Katrice Barganier at katrice.barganier@us.af.mil and the Contracting Officer, William Stallings a william.stallings.1@us.af.mil. All responses shall be received NLT 12:00 PM CST on 17 Jan 2025. Email is the preferred method. Upon receipt of your quote, the Government will confirm receipt within 24 hours. If a confirmation has not been received within 24 hours, please contact the Contract Specialist the Contracting Officer identified in this notice.
BASIS FOR AWARD
This will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price.
1. Technical Acceptability: Initially, the Government shall evaluate each offer’s quote, as it pertains to the following sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (clearly meets minimum requirements) or Unacceptable (does not clearly meet minimum requirements):
a. Product Specifications: The contractor provided specifications, literature or brochures will be evaluated for completeness to ensure the requirements as outlined in the Schedule of Supplies/Services and the attached SOW paragraphs 2.1- 2.2 have clearly been met.
2. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.
ATTACHMENTS:
Attachment 1 - Statement of Work (SOW)
Attachment 2 - Clauses and Provisions