Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

70 -- Microsoft Bundle

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918QZ617
 
Response Due
7/19/2018
 
Archive Date
8/3/2018
 
Point of Contact
Rebecca Grimm 215-697-9652
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Solicitation number, N00189-18-Q-Z617 is being used as a RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Publication Notice 20180629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 511210 and the Small Business Standard is $38.5M. The Small Business Office concurs with the set-aside decision: Other than Full and Open Competition. The NAVSUP FLC Norfolk Philadelphia Office intends to issue a sole source firm fixed price purchase order for the acquisition of this requirement. Microsoft Maryland Education Enterprise Consortium (MEEC) Microsoft desktop bundle, Educational Server Platform Infrastructure Site License, Forefront Identity Manager CAL, and Educational Server Platform SQL Server Site Licenses. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any other source than the identified source below. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The Statutory Authority permitting other than Full and Open Competition for this requirement is Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This acquisition will be sole sourced to Bell Techlogix, 2812 Emerywood Parkway, Suite 200, Richmond, VA 23294. Bell Techlogix is uniquely qualified to meet this requirement as they are the only authorized reseller of licenses under the Microsoft MEEC EES Agreement; therefore, no other manufacturer can meet the needs of the US Naval Academy. Place of Performance United States Naval Academy, ITSD 290 Buchanan Road, Annapolis, MD 21402-5045. The anticipated Period of performance is 01 August 2018 through 31July 2019. Responsibility and Inspection: unless otherwise specified in the order; the supplier is responsible for the performance of all inspection requirements and quality control. The supplier is also required to submit a Small Business Subcontracting Plan per FAR 19.702. The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers w/Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.239-1 Privacy or Security Safeguards 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea 5252.243-9400 Authorized Changes by the KO 5252.NS-046P Prospective Contractor Responsibility This announcement will close at 4pm EST on (07/19/2018). Contact Rebecca Grimm who can be reached at 215-697-9652 or email rebecca.grimm@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ617/listing.html)
 
Record
SN04996770-W 20180720/180718230920-da1bcb88577dba936146ac37422e576e (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  © 1994-2020, Loren Data Corp.