SOLICITATION NOTICE
70 -- Sonomarc Software
- Notice Date
- 5/26/2021 1:04:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-21-R-0092
- Response Due
- 5/27/2021 2:00:00 PM
- Archive Date
- 06/11/2021
- Point of Contact
- Amber Chalifoux, Andrea Gordon Eubanks, Phone: 4073804389
- E-Mail Address
-
amber.chalifoux@navy.mil, andrea.gordon@navy.mil
(amber.chalifoux@navy.mil, andrea.gordon@navy.mil)
- Description
- Intent to Sole Source Synopsis Sonomarc Software: N61340-21-R-0092 Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase order to PLEXSYS INTERFACE PRODUCTS, INC., on a sole source basis as the only supplier of the listed Sonomarc Software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Interested sources desiring to contest this sole source effort may do so by asserting its supporting rationale to meet the Government�s requirement to provide this product.� All information shall be furnished at no cost or obligation. The failure of a contractor to provide information sufficient to determine conformance and capability to meet the Government�s requirement will result in a determination of non-capability. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. This announcement constitutes the only solicitation; this is not a request for competitive quotes A WRITTEN SOLICITATION WILL NOT BE ISSUED. Synopsis N61340-21-R-0092 is issued to notify industry of the Governments intent to procure the subject software and services. The Synopsis incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2021-04 published on 19 January 2021. The associated North American Classification System (NAICS) code is 511210: Software Publishers. This procurement is not being solicited as a small business set-aside. This procurement is to purchase: CLIN 0001: Two (2) SONOMARC CORE Delivery Date for CLIN 0001: 04 June 2021 CLIN 0002: Two (2) SONOMARC HLA Delivery Date for CLIN 0002: 04 June 2021 CLIN 0003: Ten (10) SONOMARC INST LINK CLIENT BASE Delivery Date for CLIN 0003: 04 June 2021 CLIN 0004: One year Software Support Period of Performance for CLIN 0004: 29 May 2021 � 28 May 2022 FOB Destination to: Naval Air Warfare Center Training Systems Division Attn:� Anthony Crawford 12211 Science Drive Orlando, FL 32826 The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-1 Instructions to Offerors � Commercial Items (Jun 2020) 52.212-3 Alternate 1, Offeror Representations and Certifications � Commercial Items (Oct 2014) 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Deviation 2018-O0021) (Sep 2018) 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008) (Nov 2020) 52.219-28 Post-Award Small Business Program Rerepresentation (Nov 2020) 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes � Fixed Price (Aug 1987) 52.246-2 Inspection of Supplies � Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services - Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Nov 2020) 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) 252.225-7048 Export Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Oct 2020) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) No financing will be provided for the resulting award. All Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. This notice of intent is not a request for proposals. Any questions shall be submitted to Ms. Amber Chalifoux at amber.chalifoux@navy.mil.� Responses shall reference N61340-21-R-0092 on both the email and all enclosed documents. Responses to this notice are requested to be provided no later than 5:00 PM EST 27 May 2021.� A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf89ddf5c48b4d8487c09ad6de653af5/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN06014128-F 20210528/210526230118 (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 |