DOCUMENT
99 -- Notice of intent to sole source software licenses to Spatial Integrated Systems, Inc. - Attachment
- Notice Date
- 9/16/2019
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- Solicitation Number
- N6883620PR005
- Archive Date
- 9/20/2019
- Small Business Set-Aside
- N/A
- Description
- The Naval Supply (NAVSUP) Systems Command, Fleet Logistics Center (FLC), Jacksonville, FL intends to issue a sole source award utilizing Simplified Acquisition Procedures to Spatial Integrated Systems, Inc. for annual licenses and maintenance agreements of Siemens NX software. This requirement is for a one (1) year base period with no options. The Government anticipates award of a single firm fixed price type contract. Spatial Integrated Systems, Inc. is the sole holder of Siemens software products available to the U.S. Federal Government on a GSA Information Technology (IT) Schedule. The North American Industry Classification System (NAICS) code is 511210, Software Publishers. There will be no written solicitation issued. This is an intent to purchase a sole source procurement under the authority of FAR 6.302-1. This will be a Firm-Fixed Price (FFP) contract utilizing Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contractor needs to be registered in the DoD System for Award Management (SAM). Register via the SAM website https://www.sam.gov, and also be eligible to process invoices through Wide Area Workflow (WAWF). Register via the WAWF website https://wawf.eb.mil. Responses must be supported with clear and convincing evidence that clearly articulates the company ™s ability to satisfy this requirement as outlined above. Those capable of meeting the requirement IAW the SOW are requested to provide the following information in their response: 1) Current capability that demonstrates your company ™s ability to meet the above requirement, 2) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, Cage Code and DUNS number. IMPORTANT NOTES: 1) Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. 2) Respondents may respond via e-mail no later than 19 September 2019, 4:00 p.m. Eastern Standerd Standard Time (EST) to kenneth.b.brown4@navy.mil. This purchase will be made under Federal Acquisition Regulation (FAR) Part 13 ”Simplified Acquisition Procedures and Other than Full and Open competition as authorized by FAR 13.106(b)(1)(i)-- Only One Available Source due to technical compatibility and proprietary data. A request for documentation will not be considered as an affirmative response. If no responses are received within three (3) days after publication of this notice, to demonstrate comparable capability, then a sole source acquisition award will be made. Responses to this notice must be sent to kenneth.b.brown4@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/581d7b9e3c1b704db47dabc80bb16b2c)
- Document(s)
- Attachment
- File Name: N6883620PR005_1.04___Justification_091319_Redacted.pdf (https://www.neco.navy.mil/synopsis_file/N6883620PR005_1.04___Justification_091319_Redacted.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6883620PR005_1.04___Justification_091319_Redacted.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6883620PR005_1.04___Justification_091319_Redacted.pdf (https://www.neco.navy.mil/synopsis_file/N6883620PR005_1.04___Justification_091319_Redacted.pdf)
- Record
- SN05446366-W 20190918/190916232708-581d7b9e3c1b704db47dabc80bb16b2c (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 |