Search Contract Opportunities

SPLUNK Professional Services   2

ID: FA254824RB002 • Type: Synopsis Solicitation

Description

Posted: Sept. 3, 2024, 11:56 a.m. EDT

Ammendment 0002:

The RFP Questions received before the deadline stated in the RFP has been attached as "RFP Questions 28 Aug 2024".

Ammendment 0001:

Response Deadline date changed FROM 30 August 2024 TO 06 September 2024.

Updated Attachment "RFP - Splunk Professional Services" to reflect the Response Deadline date change as stated above. Listed as "RFP - Splunk Professional Services - Ammend 0001"

SOLICITATION NOTICE:

Requirement Title: SPLUNK Professional Services

Solicitation Number: RFP FA254824RB002

Solicitation Issue Date: _23_ August 2024

Response Deadline:_06_ September 2024 no later than 1200 hours (MST)

Points of Contacts: Tyler Breedlove / tyler.breedlove.1@spaceforce.mil / 505-846-6647

Alternate POC: Same info as previous

Contracting Officer: Jennifer Wilterdink / jennifer.wilterdink.1@spaceforce.mil

GENERAL INFORMATION

1. This is a combined synopsis/solicitation notice for commercial product/services in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information in this notice. This is a request for proposals (RFP). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

2. This solicitation is being issued as a(n): Request for Proposals (RFP).

3. This acquisition is set-aside 100% for Small Business Competition.

4. North American Industry Classification System Code (NAICS) is 541519 Other Computer Related Services.

5. The size standard of $34 million. All qualified small businesses under this industry are encouraged to submit quotes.

6. PSC: DA10 IT AND TELECOM BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE.

REQUIREMENT INFORMATION

Line Item Number | Item | Quantity | Unit of Measure

CLIN0001 | SPLUNK Professional Services | 1 | Each

CLIN0002 | Travel/ODCs | 1 | Lot

Description:

See Attachment 1 PWS SPLUNK Professional Services for detailed specifications.

Our estimate timeframe for this Performance Work Statement (PWS) is 80 hours. If proposing above 80 hours, provide a justification.

Place of Delivery/Performance/Acceptance/FOB Point:

F.O.B. Destination; Kirtland AFB, New Mexico 87117 (exact customer address will be provided in the resulting contract).

INSTRUCTIONS TO OFFERORS

FAR provision 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:

1. Questions may be submitted to the POC and Contracting Officer listed above no later than _28_ August 2024, 12 PM Mountain Standard Time. Questions submitted after this date may not be answered.

2. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer listed above no later than the established deadline.

3. All price quotations must contain the information in question 4 and it must be filled in entirely; all technical submissions must be submitted on a separate document.

4. Complete the below contractor identification information:

Company Name: Point of Contact:

Address: Telephone Number:

Discount Terms: SAM Registered: Yes/No

Small Business: Yes/No DUNS #

CAGE # Estimated Delivery Date:

Signature / Date: Printed Name:

CLAUSES AND PROVISIONS

FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items with an Alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.

FAR clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition.

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items applies to this acquisition; the following checked clauses are hereby included by reference:

  • 52.204-27, Prohibition on a ByteDance Covered Application
  • 52.222-19, Child Labor Cooperation with Authorities and Remedies
  • 52.222-21, Prohibition of Segregated Facilities
  • 52.222-26, Equal Opportunity
  • 52.222-36, Equal Opportuniy for Workers with Disabilities
  • 52.222-50, Combating Trafficking Persons
  • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
  • 52.225-13, Restrictions on Certain Foreign Purchases
  • 52.232-33, Payment by Electronic Funds Transfer System for Award Management

The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at https://www.acqusition.gov

The following provisions and clauses are hereby included by full text or by reference as prescribed:

  • 52.204-7, System for Award Management
  • 52.247-34, F.O.B. Destination
  • 252.232-7006, Wide Area Work Flow Payment Instructions

EVALUATION CRITERIA

(a) 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:

i Technical Acceptability, technical evaluation team will evaluate by assigning a rating of acceptable or unacceptable . The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal.

  1. Provide the most optimal Delivery Schedule.

ii Price Price will be evaluated on a comparative basis amongst all received quotations and the Government's estimate.

ATTACHMENTS

Attachment 1 PWS SPLUNK Professional Services

Posted: Aug. 29, 2024, 10:59 a.m. EDT
Posted: Aug. 23, 2024, 3:33 p.m. EDT
Background
The Department of the Air Force, specifically the Space Rapid Capabilities Office (SpRCO), is issuing this solicitation for SPLUNK Professional Services to support its mission of developing and delivering operationally dominant space capabilities at the speed of warfighting relevance.

The goal is to expedite the delivery and deployment of space capabilities in response to Commander, US Space Command requirements. The SpRCO employs key operating principles for faster space acquisition, including a short chain of command and early warfighter involvement.

Work Details
The contractor shall provide SPLUNK services as defined in the Performance Work Statement (PWS), which includes implementation, enhancement, and maintenance configurations tailored to meet network security requirements.

The contractor is expected to deliver the following services:
- Tailor current SPLUNK instance for implementation, enhancement, and maintenance.
- Provide project management services.
- The estimated timeframe for this Performance Work Statement is 80 hours; if proposing above 80 hours, justification must be provided.
- Travel and other direct costs (ODCs) are to be included as a separate itemized expense in the proposal.

Period of Performance
The period of performance shall not exceed ninety (90) days.

Place of Performance
The work will be performed virtually and from the SpRCO facility at Kirtland Air Force Base, New Mexico.

Overview

Response Deadline
Sept. 6, 2024, 2:00 p.m. EDT (original: Aug. 30, 2024, 2:00 p.m. EDT) Past Due
Posted
Aug. 23, 2024, 3:33 p.m. EDT (updated: Sept. 3, 2024, 11:56 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Kirtland AFB, NM 87117 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Signs of Shaping
52% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 8/23/24 Department of the Air Force issued Synopsis Solicitation FA254824RB002 for SPLUNK Professional Services due 9/6/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC DA10.
Primary Contact
Name
Tyler Breedlove   Profile
Phone
(505) 846-6647

Secondary Contact

Name
Jennifer Wilterdink   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA254824RB002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA254824RB002

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA254824RB002

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA254824RB002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA254824RB002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > FA2548 SPC RPD CPBLTS OFFC SPC RCO
FPDS Organization Code
5700-FA2548
Source Organization Code
500191097
Last Updated
Sept. 21, 2024
Last Updated By
jennifer.wilterdink.1@spaceforce.mil
Archive Date
Sept. 21, 2024