SOLICITATION NOTICE
70 -- Matlab license and components - Package #1 - Package #2
- Notice Date
- 6/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
- ZIP Code
- 20395-5720
- Solicitation Number
- N0001512RC11147
- Archive Date
- 7/6/2012
- Point of Contact
- Linda F. Stowe, Phone: 3016694645
- E-Mail Address
-
lstowe@nmic.navy.mil
(lstowe@nmic.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Office of Naval Intelligence intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a sole source basis with MathWorks, Inc. to procure software licenses and components to support the development of environment threat simulations under the authority of FAR Part 12, FAR Part 13, and FAR 6.302-1. The solicitation number is N0001512RC11147 and is issued as a Request for Quotation (RFQ). The period of performance is a base and two (2) options. The government will evaluate the options at contract award by adding the total price for all options to the total price for the basic requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $25M. Requirement: RFQ for Matlab licenses and components Offers shall be received not later than 21 June 2012 at 3:00 EST. Offers received after 21 June 2012 at 3:00PM, EST will not be considered for award. Interested persons may submit interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive proposals. However, all quotations received by 21 June 2012 at 3:00 EST will be considered by the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. The Government will not pay for any information received. For information contact: Linda Stowe at lstowe@nmic.navy.mil. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The following option clauses are applicable to this solicitation FAR 52.217-5; FAR 52.217-8; and FAR 52.217-9. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Attachement: • Justification and Approval • RFQ list
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e7b7d73ecbf22024ea278ba7addc2e33)
- Place of Performance
- Address: 4251 Suitland Road, Washington, District of Columbia, United States
- Record
- SN02766129-W 20120607/120605234848-e7b7d73ecbf22024ea278ba7addc2e33 (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 |