Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

70 -- Annual renewal of Classify for Outlook 2010

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060419Q4083
 
Response Due
9/11/2019
 
Archive Date
9/26/2019
 
Point of Contact
Kyle Quintal 808-473-7625
 
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 found at FAR Part 13, 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 RFQ number is N0060419Q4083. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-05 and DFARS Publication Notice 20190820. 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 $38.5 Million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract 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. The Small Business Office concurs with the set-aside decision. The NAVSUP FLC Pearl Harbor requests responses from qualified sources capable of providing: Annual renewal for Outlook 2010 Classify Software. that covers 36,000 users on NMCI SIPRNET workstations and 6,000 users on ONE-Net SIPRNET workstations. CLIN 0001 “ Renewal and New Licenses for NMCI SIPRNET and ONE-Net SIPRNET workstations 1. Extension of technical support for 20,361 users on NMCI SIPRNET Workstations. 2. Extension of 4,000 users on USFF SIPRNET NMCI workstations 3. Extension of technical support for 6,000 ONE-NET SIPRNET Workstations. 4. Addition of 5,639 user licenses for NMCI SIPRNET Workstations. Delivery is 28 SEP 2019. Software must be valid for 12 months from date of delivery. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-13System for Award Management Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.204-23Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.212-1Instructions to Offerors ”Commercial Items 52.212-3Offeror Representations and Certifications ”Commercial Items 52.212-3Offeror Representations and Certifications ”Commercial Items--Alternate I 52.212-4Contract Terms and Conditions ”Commercial Items 52.212-5Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers with Disabilities 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer ”System for Award Management 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest after Award 52.233-4Applicable Law for Breach of Contract Claim 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7001Buy American and Balance of Payments Program--Basic 252.225-7012Preference for Certain Domestic Commodities 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea--Basic Payment will be electronic through the wide area workflow (WAWF). Submission Requirements: Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Evaluation: Evaluation will be Lowest Price Technically Acceptable Responsible (LPTA). Quotes must include all licenses listed in CLIN 0001. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted electronically through FBO/NECO and Email. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 3pm HST on 9/11/2019. Contact Kyle Quintal who can be reached at 808-473-7625 or email kylequintal@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4083/listing.html)
 
Record
SN05437450-W 20190912/190910230755-1898a47e7467f1a7533386815e16e825 (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.