Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2015 FBO #5080
SOLICITATION NOTICE

D -- Subscription, Cleansweep Software Renewal - Statement of Work

Notice Date
10/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Commander in Chief, Atlantic Fleet, NAVOCEANO, Contracts Department (01C), 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522-5001, United States
 
ZIP Code
39522-5001
 
Solicitation Number
N62306-15-T-M502
 
Archive Date
11/5/2015
 
Point of Contact
Cynthia Messina, Phone: 228-688-4649, Brein Cuevas, Phone: 228-688-4016
 
E-Mail Address
cynthia.messina@navy.mil, brein.cuevas@navy.mil
(cynthia.messina@navy.mil, brein.cuevas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A document for Cleansweep Software Maintenance Renewal Statement of Work for Cleansweep Software Maintenance Renewal 1. 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 with or attached to this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quote (RFQ) number is N62306-16-T-M502. This solicitation documents and incorporates provisions and clauses in effect through FAC2005-84 and DFARS Change notice 20151001. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The NAICS code is 511210-Software Publishers. The size standard is 38.5M. 2. The Naval Oceanographic Office, Stennis Space Center, MS, intends to solicit and award, on a Sole Source basis, a firm fixed price purchase order to Oceanic Imaging Consultants, Inc., 1144, 10th Ave Ste200, Honolulu, HI, 96816-2442. This procurement is for the Subscription Renewal of CleanSweep and GeoDas software maintenance. The Period of Performance is as follows: • Base Year - 01 October 2015 to 30 September 2016 • Option Year 1- 01 October 2016 to 30 September 2017 • Option Year 2- 01 October 2017 to 30 September 2018 3. The government reserves the right to make one, multiple or no award resulting from this solicitation. 4. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. 5. FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. 6. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Item apply to this acquisition. 7. The provisions at FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: • Technical Capability of the items offered to meet the Government's need • Price fairness and reasonableness 8. Offerors shall include a completed copy of the provisions at FAR 52.212-3 and it's ALT I, Offeror Representation and Certification-Commercial Items with its offer. 9. FAR 52.214-4, the clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 10. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The Contractor shall comply with the following FAR clauses incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10- Reporting Executive Compensation and first-Tier Subcontract Awards FAR 52.209-6-Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 Veterans FAR 52.222-36 -Equal Opportunity for Workers with Disabilities FAR 52.222-50- Combating Trafficking in Persons FAR 52.222-54- Employment Eligibility Verification FAR 52.223-18 -Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3-Buy American-Free Trade Agreements-Israeli Trade Act, Alternate II FAR 52.225-13 -Restrictions on Certain Foreign Purchases FAR 52.232-19- Availability of Funds for the Next Fiscal Year FAR 52.232-29-Terms for Financing of Purchases of Commercial Items FAR 52.232-33- Payment by electronic Funds Transfer - System for Award Management FAR 52.233-3-Protest After Award FAR 52.333-4-Applicable Law for Breach of Contract Claim 11. PROVISIONS - The following provisions are incorporated into the solicitation by reference: FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 12. CLAUSES - The following clauses will be incorporated in the award document: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.217-7-Option for Increased Quantity-Separately Price Line Item The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.232-39 Unenforceability of Unauthorized Obligations 13. The following DFARS provisions and clauses are applicable to this procurement by reference: DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation - ((DEVIATION 2015-o0010)) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - (DEVIATION 2015-o0010) DFARS 252.204-0001 Line Item Specific: Single Funding DFARS 252.204-7008-Compliance with Safeguarding Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) DFARS 252-204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-00001)(Oct 2015) DFARS 252.225-7002 Qualifying country sources as subcontractors 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 DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program DFARS 252.225-7001, Buy America and Balance Of Payment Program DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies On Contract Payments 14. This synopsis is published for informational purposes only and is not a request for competitive quotes. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Any inquiries concerning this requirement are to be submitted in writing to the Contracting Officer within five (5) calendar days after publication of this notice. This announcement will close at 3:00p.m., Central Time on 21 Oct 2015. Quote is to be submitted to Cynthia Messina at cynthia.messina@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), point of contact, name and phone number, business size, and payment terms. Response must clearly indicate the capability of offeror to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e71620d303cc2cbeaa3233fa19d445e5)
 
Place of Performance
Address: Naval Oceanographic Office, 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522, United States
Zip Code: 39522
 
Record
SN03925011-W 20151021/151019234406-e71620d303cc2cbeaa3233fa19d445e5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.