SOLICITATION NOTICE
70 -- Software
- Notice Date
- 12/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334611
— Software Reproducing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0006012001RT
- Response Due
- 12/20/2011
- Archive Date
- 1/4/2012
- Point of Contact
- Yvonne Copeland 757-443-1365 Augustine Salvati
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for sole-source commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N0006012RC001RT. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-54 and DFARS Change Notice 20111207. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334611_ and the Small Business Standard is 1,000 employees. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.5. This notice of intent is not a request for competitive proposals. The NAVSUP Fleet Logistics Center, Norfolk, VA requests the following on a sole source, Barquin Software with Barquin and Associates, Inc DBA Barquin International 1707 L ST NW STE 1030, Washington, DC 20036-4200 for technical support to provide monetized and mission-impact command-level analysis of Navy command cultures as well as Return on Investment and improvement evaluation of the Navy ™s CPO Leadership Training effort.. This supply is requested on behalf of the U. S. Fleet Forces Command, Norfolk, VA., Period of Performance is one year from date of award and a one option year; Delivery Location is F.O.B. Destination. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, CCR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers w/Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury.) 52.232-33, Payment by Electronic Funds Transfer 52.252-2, Clauses incorporated by Reference 52.247-34 FOB Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Alt A, CCR Alternate A DFARS 252.211-7003, Item Identification & Valuation DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7000, Buy American Act-Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7010, Levies on contracts and payments 252.247-7023 (IV) Alt III, Transportation of Supplies by Sea DFARS252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 5252.232-9402, Wide Area Workflow (WAWF) 5252.NS-046P, Prospective contractor Responsibility This announcement will close at 10:00 a.m. EST. on December 29, 2011. Contact Yvonne Copeland who can be reached at 757-443-1365 or email yvonne.copeland@navy.mil or or Augustine Salvati augustine.salvati@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile 757-443-1337. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0006012001RT/listing.html)
- Record
- SN02642533-W 20111222/111220234411-db8c5ceefdd274a217f926985d8d9fe6 (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 |