SOLICITATION NOTICE
70 -- Software Support
- Notice Date
- 1/9/2009
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017809R1022
- Response Due
- 1/14/2009
- Archive Date
- 1/14/2009
- Point of Contact
- CXS11-13/CRYSTAL BREEN 540-284-0707 CXS11-13/CRYSTAL BREEN,VOICE: (540)284-0707,FAX: (540)653-7088,EMAIL: crystal.breen@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Description:This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. 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; proposals are being requested and a written solicitation will not be issued. The Government intends to purchase on a sole source basis software support and updates for Solidworks licenses and technical support from Tri-Mech Solutions, LLC, 4461 Cox Rd Suite 302, Glen Allen, VA., 23060. Solidworks is the developer, designer and manufacturer of this software and only uses authorized resellers. The only authorized reseller for the Dahlgren area is Tri-Mech Solutions. The NAICS code is 541519 with a size standard of $25.0 million. The contract shall be a firm fixed price contract and will include a not to exceed CLIN. The solicitation number is N00178-09-R-1022 and is a Request for Proposal. This solicitation document and incorporat! ed clauses and provisions are those in effect through Federal Acquisition Circulars 2005-26, Effective 12 Jun 2008 and Defense Acquisition Circular DCN 20080721. All offerors must include a completed copy of FAR 52.212-3, Alt. I Offeror Representations and Certifications - Commercial Items, and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items, as part of their proposal. The offeror shall convey and provide a copy of all standard manufacturer commercial warranties to the buyer. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION), FAR 52.219-8 Utilization o! f Small Business Concerns, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-15 Energy Efficiency in Energy Consuming Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels. Finally, DFARS 252.212-7001 Contract Terms and Conditions Re! quired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DoD Class (Mar 2008), (b)(5)(252.225-7012), (b)(7)(252.227-7015), (b)(15)(252.227-7037), (b)(16)(252.227-7037), (b)(17)(252.232-7003), (b)(19)(252.243-7002), (b)(20ii)(252.247-7023) Alternate I, (b)(21)(252.247-7024), DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments and DFARS 252.246-7003 Notification of Potential Safety Issues applies to this acquisition. Award will be made to lowest price, technically acceptable offer. The closing date is 14 January 2009 at 4:00PM, Eastern Time. Anticipated Award date is 30 January 2009. All items shall be priced FOB-Destination, Dahlgren, VA. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Questions regarding this requirem! ent may be sent to Crystal Breen at crystal.breen@navy.mil. Electronic proposal submission is encouraged, but the proposal may also be faxed to (540) 653-7088.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=39d766ad834b6ba033e9e4991f692a39&tab=core&_cview=1)
- Record
- SN01729911-W 20090111/090109221804-39d766ad834b6ba033e9e4991f692a39 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |