Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2021 SAM #7067
SOLICITATION NOTICE

D -- INTERACTIVE AND ANALYSIS DISPLAY SYSTEM SOFTWARE MAINTAINCE SUPPORT AND SITE LICENSE

Notice Date
4/5/2021 5:32:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
1300901538
 
Response Due
4/20/2021 9:30:00 AM
 
Archive Date
05/05/2021
 
Point of Contact
Karly Kosa
 
E-Mail Address
karly.kosa@navy.mil
(karly.kosa@navy.mil)
 
Description
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" A determination by the Government not to compete this effort is solely within the discretion of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� This announcement is a request for quote (RFQ).� This requirement is being synopsized as an unrestricted acquisition under the North American Industry Classification System (NAICS) code 811212, Size Standard $30,000,000, PSC code DA10. The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD�intends to�establish a firm fixed price contract on a sole source basis�to Teletronics Technology Corporation, (acting through the IADS business group) 190 Sierra Court, Suite A-3, Palmdale, California 93550. Contractors shall provide (for base year and each option year): IADS Enterprise Software License Agreement IADS-TELEM-BASE-TPP Software Maintenance IADS-TELEM-RTSTATION-5-1 Software Maintenance Period of Performance: The period of performance shall be from 17 June 2021 to 16 June 2026. Acceptance and Delivery will be to: Atlantic Test Range 23013 Cedar Point Road, Building 2118 Patuxent River, MD 20670 Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation.� Therefore, it is incumbent on the Offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal.� A firm fixed price contract is anticipated.� The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-O0018) is incorporated by reference and applies to this acquisition.� The provision at 52.212-2 Evaluation � Commercial Items (Oct 2014) applies to this acquisition.� The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis.� The Offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc.� Each Offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (Mar 2020) with its quote.� FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition.� FAR 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition.� The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (DEVIATION 2018-O0021) is incorporated by reference.� Quotes are due to Karly Kosa, Contract Specialist, at karly.kosa@navy.mil �by 3:30 PM Eastern Local Time, Tuesday, April 20th, 2021. Please provide the following information with your quote: CAGE Code: DUNS#: Payment Terms of NET 30. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list provide a copy.�� All price listings�� will be kept confidential. If not available on a price list please provide information on how pricing is determined�� (example: item cost+ %, labor rate and materials, etc.) Estimated Delivery Date or Period of Performance: Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it�� became mandatory to be registered in order to process any government procurement.� If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c4532bed27e4613874a1b624f38ef51/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05962290-F 20210407/210405230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.