SOLICITATION NOTICE
D -- ORBExpress Software Maintenance Renewal
- Notice Date
- 6/26/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-2675
- Point of Contact
- Christina Kane, Phone: 4018326462, Carolyn Gillman, Phone: 4018328444
- E-Mail Address
-
christina.kane@navy.mil, carolyn.gillman@navy.mil
(christina.kane@navy.mil, carolyn.gillman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis and solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-17-Q-2675. This requirement is being solicited as a Sole Source requirement, due to intellectual proprietary rights, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38,500,000.00. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, the software maintenance renewal of ORBExpress license numbers 77592, 142636, and 142737 which is a critical component of AN/SQQ-89(V) 15. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all Options to the total price for the basic requirement. Evaluation of Options will not obligate the Government to exercise the option(s). Item Description Part # Quantity/ PoP Unit Price Total Price CLIN 0001 ORBexpress RT Maintenance Renewal - License #77592, #142636 and #142737 1 Lot / Upon award- February 2018 Option CLIN 0002 ORBexpress RT Maintenance Renewal - License #77592, #142636 and #142737 March 2018-February 2019 Option CLIN 0003 ORBexpress RT Maintenance Renewal - License #77592, #142636 and #142737 March 2019-February 2020 Option CLIN 0004 ORBexpress RT Maintenance Renewal - License #77592, #142636 and #142737 March 2020-February 2021 Option CLIN 0005 ORBexpress RT Maintenance Renewal - License #77592, #142636 and #142737 March 2021-February 2022 Total The CLIN structure also identifies the Government Minimum Specifications. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The Government has determined that this requirement includes an exception to Electronic and Information Technology (EIT), citing FAR 39.204(b), therefore, Section 508 requirements do not apply. Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The government's preferred payment method will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). This requirement constitutes a sole source solicitation. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Offers for other products must contain complete product information and prices. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified above, in the required quantities specified above. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Offers must be e-mailed directly to Christina Kane at Christina.Kane@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Wednesday, 12 July 2017. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Kane at Christina.Kane@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-2675/listing.html)
- Record
- SN04557348-W 20170628/170626234535-de1e6536a8984ceb1b8deb7eab2749eb (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 |