Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
MODIFICATION

D -- STK License Renewal

Notice Date
5/5/2017
 
Notice Type
Modification/Amendment
 
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
N46804-17-T-11113
 
Archive Date
5/26/2017
 
Point of Contact
Nina Albritton, Phone: 301-669-2418
 
E-Mail Address
nalbritton@nmic.navy.mil
(nalbritton@nmic.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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 in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The Office of Naval Intelligence, 4251 Suitland Road, Washington DC, 20395-5720 intends to renew Software Annual Support for Systems Tool Kit (STK). This is a brand specific request - see attached Justification and Approval. The manufacturer is Analytical Graphics. The period of performance is 1 Jul 2017 through 30 Jun 2018. Offerors must be authorized Analytical Graphics resellers. This solicitation is unrestricted, and all responsible, offerors will be considered. The solicitation reference number is N46804-17-T-11113 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65. The NAICS code for the acquisition is 511210 and the size standard is $38.5M. The requirement is as follows: 0001. Annual Support and Upgrades for Analytical Graphics Software - STK for CMMA - GDE, STK, HREI-PE, Author Version 7.1, Renewal, 36 each, for the period of 1 July 2017 through 30 June 2018. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, 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. The award will be based on the lowest price technically acceptable offer. Offerors may include a complete copy of the provision at far 52.212-3, Offeror Representations and Certifications--Commercial items, with their offer, which can be downloaded from the internet or complete electronic annual representations and certifications at https://www.sam.gov. Offerors that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil or https://www.acquisition.gov/far. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text: FAR 52.204-13, System for Award Management Maintenance FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.232-39, Unenforceability of Unauthorized Oblications FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZONE Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities & Remedies FAR 52.247-34, F.O.B. - Destination 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, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation DFARS 252-203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7000, Disclosure of Information DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management Alternate A DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7018, Supply Chain Risk DFARS 252-244-7000, Subcontracts for Commercial DFARS 252.247-7023, Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/852f0b9abee5682f82ae5d89314b3e4c)
 
Place of Performance
Address: Washington, District of Columbia, 20395, United States
Zip Code: 20395
 
Record
SN04498600-W 20170507/170505235157-852f0b9abee5682f82ae5d89314b3e4c (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.