Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
SOLICITATION NOTICE

70 -- VSI/Pro Software Library and 3 Option Years

Notice Date
9/8/2017
 
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-2951
 
Point of Contact
Beata Jones, Phone: 4018325653
 
E-Mail Address
beata.jones@navy.mil
(beata.jones@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and 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; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-17-Q-2951. Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase a VSI/Pro Software License for 32 bit PPC on VXWorks on a firm fixed price, sole source basis from RunTime Computing Solutions, LLC as follows: CLIN# Description Quantity 0001 VSI/Pro Software License for 32 bit PPC on VXWorks Included in the package: 1 year of maintenance 1 each 0002 Option 1 - VSI/Pro software support and maintenance 1 Year 0003 Option 2 - VSI/Pro software support and maintenance 1 Year 0004 Option 3 - VSI/Pro software support and maintenance 1 Year RunTime Computing Solutions, LLC (Birmingham, CAGE Code: 5XR04) is the only known source for this item. VSI/Pro® is proprietary to RunTime Computing Solutions, LLC and maintenance and licenses can only be obtained and renewed through them. This requirement is being solicited as a sole source, unrestricted requirement under North American Industry Classification System (NAICS) Code 511210, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is $38.5M. F.O.B. Destination Naval Station Newport, Newport, RI. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," 52.209-11 "Representation by Corporations Regarding Delinquent Tax also apply to this solicitation." DFARS 252.204-7008 " Compliance with Safeguarding Covered Defense Information Controls," 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," 252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting," and 252.204-7015 " Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9, and Electronic and Information Technology Accessibility Requirements do not apply to this requirement in accordance with FAR 39.204 (b). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Offers must be submitted via email to beata.jones@navy.mil. Offers must be received on or before 2:00 p.m. on 13 September, 2017. For questions pertaining to this acquisition, please contact Beata Jones by email: beata.jones@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-2951/listing.html)
 
Place of Performance
Address: Manufacturer Facility, United States
 
Record
SN04669479-W 20170910/170908232411-c9ac813f5cd6d08fee42266facd22e48 (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.