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
MODIFICATION

70 -- SOLIDWORKS Standard Network License and Service

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
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
N66604-19-Q-3589
 
Archive Date
9/26/2019
 
Point of Contact
Levi S. Andrews, Phone: 4018324740
 
E-Mail Address
levi.andrews@navy.mil
(levi.andrews@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 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A second written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-3589. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following items, sole make and model, on a Firm-Fixed Price Basis: CLIN Part Number Description Quantity 0001 SWN0027 SOLIDWORKS Standard Network License (For addition to network 0010005425132834MB9J865K (Also known as 542513)) 10 Each 0002* SWS0007-R1M SOLIDWORKS Standard Network Service, Period of Performance: 30 September 2019 - 30 April 2020 10 Each 0003 SPN0027 SOLIDWORKS Professional Network License (For addition to network 0010005425132834MB9J865K (Also known as 542513)) 5 Each 0004* SPS0032 SOLIDWORKS Professional Network Service, Period of Performance: 30 September 2019 - 30 April 2020 5 Each *Note: Month is the smallest unit available for purchase, as such the quantity for CLIN 0002 may be quoted as a quantity of 70 (service for 10 licences at 7 months each) and the quantity for CLIN 0004 may be quoted as a quantity of 35 (service for 5 licences at 7 months each). Required Delivery F.O.B. Destination to Naval Station Newport, RI. This requirement is solicited as unrestricted under North American Industry Classification System (NAICS) Code 511210 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The size standard is $38,500,000.00. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment applies to this solicitation. The clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), 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 provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and Clause 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 is DO-C9. The following Section 508 standards apply: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. 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. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: 1) the offeror must quote items which meet the requirements specified, in the required quantities; (2) the offeror must provide proof of authorized reseller status for SOLIDWORKS products, failure to provide proof of reseller status may render a quote being deemed technically unacceptable and (3) the Government will consider past performance information in accordance with DFARS Provision 252-213-7000 where negative information within SPRS (formerly PPIRS-SR) may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Offers received after the closing date and time specified will be ineligible for award. Offers must be submitted to Naval Undersea Warfare Center Division Newport, Contracts Department, Code 0221, via email to Levi Andrews at levi.andrews@navy.mil by 2 p.m. EST on Wednesday, September 11, 2019. Amendment # 1: The purpose of this amendment is to remove the statement "this synopsis/solicitation will be open for eight days" and replace it with "this synopsis/solictation will be open for less than 30 days." The closing date of this solcitation remains 11 September 2019. All other terms and conditions remain unchanged. Amentment # 2 and # 3: The purpose of this amendment is to clarify the quantity required for CLINs 0002 and 0004. The quantity for CLIN 0002 is changed from "1 Job" to "10 Each." The quantity for CLIN 0004 is changed from "1 Job" to "5 Each." The following Note was also added at the bottom of the requirements table: "*Note: Month is the smallest unit available for purchase, as such the quantity for CLIN 0002 may be quoted as a quantity of 70 (service for 10 licences at 7 months each) and the quantity for CLIN 0004 may be quoted as a quantity of 35 (service for 5 licences at 7 months each)." "All other terms and conditions remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-3589/listing.html)
 
Record
SN05439322-W 20190912/190910231439-0e9958fcecffb54afbc8dad83ad9e3fb (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.