Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2021 SAM #7168
SOLICITATION NOTICE

70 -- Renewal of annual TacView Maintenance Tier VIII support

Notice Date
7/15/2021 4:43:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
H9126912803
 
Response Due
7/20/2021 1:00:00 PM
 
Archive Date
08/04/2021
 
Point of Contact
Yasmin Mohamed, Phone: 2672315833
 
E-Mail Address
yasmin.mohamed@navy.mil
(yasmin.mohamed@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items at FAR 13.5, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation.� A written solicitation will not be issued.�� The RFQ number for this announcement is N00189-21-Q-2134.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and the most recent DFARS Publication Notice made effective 20 May 2021.� 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 the addresses: https:/www.acquisition.gov/far/.� The NAICS code is 334614 and the Small Business Standard is 1,250 employees.� The proposed contract is being solicited and awarded to Ultra, Inc. on a sole source basis and this RFQ is not a request for competitive quotes. The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff (JS) for the procurement for the renewal of its annual TacView Maintenance Tier VIII support, which provides cyber security compliance to the existing TacView C2 Licenses within the Joint Interoperability Division � Training Center JID-TC, while furnishing software updates and/or fixes and maintenance for Risk Management Framework (RMF) compliance.� The contract for this requirement will be for commercial supplies for which the Government intends to solicit and negotiate with only one source.� The sole source justification for this acquisition is included as Attachment II to this combined synopsis solicitation positing. Interested persons may identify their interest and capability to respond to future similar requirements. However, this notice is not intended to be a request for competitive quotes from any source other than Ultra, Inc. A determination by the Government not to compete this requirement was made and is entirely within the discretion of the Government. Any information received in response to this combined synopsis/solicitation notice will be considered solely for the purpose of future requirements in determining whether to conduct a competitive procurement. The Government will not pay for information submitted in the response to this notice. The proposed contract will have a base license/subscription coverage period that is a one-year in length, and will include two, one-year option coverage period.� It is intended to award a firm-fixed price Purchase Order. 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 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. It is intended to award a single, Firm Fixed Price Purchase Order award as a result of this combined synopsis/solicitation with the following CLIN structure: Base Year: CLIN 0001 JICC-Pope TacViewC2 Software Maintenance as a product �� QTY 12 Each Option Year 1: CLIN 1001 JICC-Pope TacViewC2 Software Maintenance as a product � QTY 12 each Option Year 1: CLIN 1002 Allied Training TacViewC2 Software Maintenance as a product � QTY 18 each Option Year 1: CLIN 1003 JTMS TacViewC2 Software Maintenance as a product � QTY 36 each Option Year 2: CLIN 2001 JICC-Pope TacViewC2 Software Maintenance as a product � QTY 12 each Option 2: CLIN 2002 Allied Training TacViewC2 Software Maintenance as a product � QTY 18 each Option 2: CLIN 2003 JTMS TacViewC2 Software Maintenance as a product � QTY 36 each The following FAR provision and clauses are applicable to this procurement: 52.204-7��� System for Award Management 52.204-13� System for Award Management Maintenance 52.204-16� Commercial and Government Entity Code Reporting 52.212-1 �� Instructions to Offerors - Commercial Items. No addenda are added to this provision.� Paragraphs (e) and (h) of FAR 52.212-1 do not apply to this acquisition; 52.212-2 Evaluation-Commercial Items. The specific evaluation criteria in paragraph (a) of this provision are as follows:� Award will be made on a sole source basis to Ultra 52.212-3 �� and its ALT I, Offeror Representations and Certifications - Commercial Items.� Offerors are advised to include a completed copy of the provision at FAR 52.212-3 with its offer; 52.204-13� SAM Maintenance 52.212-4 �� Contract Terms and Conditions - Commercial Items. No addenda are added to this clause; 52.212-5 �� Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items. Referenced Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109- 282) (31 U.S.C. 6101 note). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services and Equipment 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) (15 U.S.C. 632(a)(2)). 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246). 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332).52.209-10 ������� Prohibition on Contracting with Inverted Domestic Corporations 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. 52.222-19� Child Labor�Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-39� Unenforceability of Unauthorized Obligations 52.239-1 �� Privacy or Security Safeguards 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or ��������� Equipment 52.204-26 Covered Telecommunications Equipment or Services -- Representation 52.252-2��� Clauses Incorporated by Reference 252.203-7000� Requirements Relating To Compensation of Former DoD Officials 252.203-7002� Requirement to Inform Employees of Whistleblower Rights 252.203-7005� Representation Relating To Compensation of Former DoD Officials 252.204-7003� Control of Government Personnel Work Product 252.204-7011� Alternative Line Item Structure 252.204-7012� Safeguarding of Unclassified Controlled Technical Information 252.204-7017� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7018� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7015� Disclosure of Information To Litigation Support Contractors 252.211-7003� Item Unique Identification and Valuation 252.225-7048� Export-Controlled Items 252.232-7003� Electronic Submission of Payment Requests And Receiving Reports 252.232-7006� Wide Area Workflow Payment Instructions 252.232-7010� Levies On Contract Payments 252.243-7002� Requests for Equitable Adjustment 252.244-7000� Subcontracts For Commercial Items And Commercial Components (DoD Contracts) The time and date for receipt of the sole source quote is 4:00 PM Eastern Standard Time on 21�July 2021. The quote shall be submitted via email to the attention of Yasmin Mohamed at yasmin.mohamed@navy.mil.�� Any questions or concerns regarding this procurement should be directed to Yasmin Mohamed who can be reached by email at yasmin.mohamed@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ff9aff17fa34e4c802c362686d17828/view)
 
Record
SN06063444-F 20210717/210715230120 (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.