SOLICITATION NOTICE
70 -- Automatic Data Processing Equipment - SOW
- Notice Date
- 3/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017814R4174
- Archive Date
- 7/31/2014
- Point of Contact
- Daniel Belcher, Phone: 540-653-9863
- E-Mail Address
-
daniel.belcher@navy.mil
(daniel.belcher@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- CDRL A003 CDRL A002 CDRL A001 Software Requirements list SOW This synopsis/solicitation 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 http://www.neco.navy.mil. While it is understood that FBO is a 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 the information posted by the Navy Sea Systems Command. 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. Synopsis/Solicitation N00178-14-R-4174 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure, on a brand name mandatory basis, IBM Software Components and Support via the existing mandatory Enterprise Software Initiative (ESI) in line with GSA pricing. Open market support is identified in this procurement and shall be identified in quotation as such. The required software components and support are the only components suitable and capable of meeting the requirement due to form, fit, and function compatibility with existing infrastructure capabilities. CLIN 0001: Qty. 1 Lot - IBM Software Licensing per attached software requirements list and Statement of Work (SOW). All IBM Software Licensing shall be in accordance with ESI BPA and GSA pricing and identified as such. Quote may provide breakout of IBM Software Licensing and pricing, however, awarded CLIN 0001 shall be one (1) Lot, inclusive of all Software Licensing listed. CLIN 0002: Qty. 1 Lot - IBM Software Maintenance per attached software requirements list and SOW. All IBM Software Maintenance shall be in accordance with ESI BPA and GSA pricing and identified as such. Quote may provide breakout of IBM Software Maintenance and pricing, however, awarded CLIN 0002 shall be one (1) Lot, inclusive of all Software Maintenance listed. CLIN 0003: Qty. 1 Lot - IBM Module Development, includes Visualization Library Development, Center of Gravity Development, Neteeza Algorithm Development, Portlet Interface Development, ICA Annotator Development, DOP Integration Development, Integrated VM Hardware Environment, Semantic Pattern Accelerator Development, Big Insights Development, Big Insights Configuration and Development, D3 JS Library Development, and Qradar Configuration and COP Integration per the attached SOW. Open Market CLIN and shall be identified as such CLIN 0004: Qty. 1 Lot - Travel in accordance with JTR for the required travel locations identified in the attached SOW. All CLINs SHALL be unit of issue "LOT" Shipping terms shall be FOB Destination Period of Performance shall be one year beginning after date of award Inspection and Acceptance terms shall be made by NSWC Dahlgren, VA 22448 The following provisions and clauses are applicable to this procurement: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: 1.) Technical Capability of the item offered to meet the Government Requirement 2.) Price Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. The clause at 52.204-2, Security Requirements, applies to this acquisition. One or more of the items under this acquisition is subject to Free Trade Agreements. The following term also applies to this procurement: In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ) or Request for Proposal (RFP), the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Contractors must submit a labor breakdown (annotating labor category, quantity of hours, and hourly labor rate) for all services included in the quote. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 7 April 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 9 May 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Daniel.belcher@navy.mil or by FAX (540) 653-0592. All questions shall be submitted to the Government POC listed no later than 12:00 p.m., 19 March 2014 to allow ample response time before the close of the bidding period. Email or Fax should reference Synopsis/Solicitation Number N00178-14-R-4174 in the subject line. Attachments: 1- Statement of Work (SOW) 2- Software Requirements List 3- CDRL A001 4- CDRL A002 5- CDRL A003 6- Justifications & Approvals (J&A)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R4174/listing.html)
- Record
- SN03305142-W 20140309/140307234632-fe3ef3eb5ec1e4ecc8a4e612e428690b (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 |