SOLICITATION NOTICE
51 -- SOFTWARE, EMERGENCY NOTIFICATION SYSTEM (QTY-1 LOT) INCLUDE FOUR (4 YR) OPTIONS - STATEMENT OF WORK
- Notice Date
- 12/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Branch (N112), Bldg 9134, Stennis Space Center, Mississippi, 39522-5001, United States
- ZIP Code
- 39522-5001
- Solicitation Number
- N6230614TM705
- Archive Date
- 1/4/2014
- Point of Contact
- Tanya R. Burnett, Phone: 228-688-5796, Michelle D. Guzman, Phone: 228-688-4914
- E-Mail Address
-
tanya.burnett@navy.mil, michelle.guzman@navy.mil
(tanya.burnett@navy.mil, michelle.guzman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N62306-14-T-M705_ STATEMENT OF WORK This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N62306-14-T-M705. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-71 and DFARS Changes Notice 20131206. It is the contractor's responsibility 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/dars/dfars/html/current/252201.htm. The NAICS code is 511210 Software Publishers. The size standard is $35.5M. This procurement is unrestricted. The Naval Oceanographic Office, Stennis Space Center, MS, requests responses from qualified sources capable of providing Emergency Notification System (Qty-1 LOT) ) in accordance with the requirements set forth in the Statement of Work. Period of Performance is 01 January 2014 through 31 December 2013. FOB: Destination, Stennis Space Center, MS 39522-5001. Option One, Option Two, Option Three, and Option Four is included for procurement of additional 12 month periods each. The Government intend to exercise Option One by 1 Jan 2015, Option Two by 1 Jan 2016, Option Three by 1 Jan 2017, and Option Four by 1 Jan 2018. The Government reserves the right to make one, multiple or no award resulting from this solicitation. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-3 and its ALT 1, Offeror Representations and Certifications- Commercial Item; FAR 52.212-3 and its ALT 1, Offeror Representations and Certifications-Commercial Item; FAR 52.212-4, Contract Terms and Conditions-Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item; FAR 52.217-7 - Option for Increased Quantity-Separately Priced Line Items; DFAR 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program including FAR 52.237-34 FOB Destination. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) technical capability of the item offered to meet the minimum needs of the Government; and (b) Price. The Government will evaluate offers for award purposes by adding the total price for all proposed actions to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical quotation. The Government intends to award a contract to the offeror providing the lowest evaluated price for a product which meets or exceeds the requirement set forth in the statement of work. Quoters are reminded to include a complete copy of FAR 52.212-3 and its ALT I with quotes. All responsible sources may submit a quote which shall be considered by the agency. Any inquiries concerning this requirement are to be submitted in writing to the Contracting Officer within 5 calendars days after publication of this notice. This announcement will close at 4:00 PM, CST on 20 Dec 2013. Quote is to be submitted to Tanya Burnett at tanya.burnett@navy.mil. Contractor shall provide Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractor must be registered in the SAM at www.sam.gov and Wide Area Work Flow at https://wawf.eb.mil to be considered for award. Quote shall include price(s), a point of contact, name and phone number, business size, and payment terms. Response must clearly indicate the capability of the offeror to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a0192fbd25a7da89d699705abd68e500)
- Place of Performance
- Address: 1002 Balch Boulevard, Stennis Space Center, Mississippi, 39522, United States
- Zip Code: 39522
- Zip Code: 39522
- Record
- SN03251879-W 20131215/131213234742-a0192fbd25a7da89d699705abd68e500 (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 |