Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2021 SAM #7265
SOLICITATION NOTICE

D -- Ivnati Management Suite and Patch Manager Software License Renewal

Notice Date
10/20/2021 12:07:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N4215822QN001
 
Response Due
10/27/2021 9:00:00 AM
 
Archive Date
11/11/2021
 
Point of Contact
Caleb Profitt, Phone: 7573968364
 
E-Mail Address
caleb.profitt@navy.mil
(caleb.profitt@navy.mil)
 
Description
his is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� PAPER COPIES OF THIS SYNOPSIS WILL NOT BE AVAILABLE. This synopsis SHALL be posted on SAM.gov.�This synopsis documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20190215. 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 these addresses: https://www.acquisition.gov/browse/index/far and DFARS | Acquisition.GOV. The Service Contract Division, Code 412, Norfolk Naval Shipyard (NNSY), Portsmouth, VA, 23709 intends to award a Firm-Fixed Price contract on the following service(s): PN: LDPM-S-04PN:� Ivanti Patch Manager � Subscription; LDMSPMA-M-04:� Ivanti Management Suite Maintenance. Information applicable to ALL LINE ITEMS: Quantity - 1, Unit of Measure � Each. The period of performance for this acquisition is anticipated to begin is October 28, 2021 through October 29, 2024. NNSY anticipates award of a base plus two option years, with an option to extend services through FAR 52.217-8. The total extension of performance under FAR 52.217-8 shall not exceed 6 months. The NAICS code is 541519 and the Small Business Standard is $30,000,000. The Product Service Code is DA10. The proposed contract to be solicited as UNRESTRICTED.� This requirement is SOLE SOURCE to Carahsoft Technology Corp. No other manufacturers will be considered. FOB Origin applies.� Responsibility and Inspection:� unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� All responsible sources may submit a proposal which shall be considered by the Government.� By submitting a proposal, the vendor will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.� Failure to do so may represent grounds for refusing to accept the proposal.� The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the vendors at any time prior to award.� By submission of a proposal, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States.� Lack of registration in SAM database will make a vendor ineligible for award.� Offeror�s may obtain information on registration and annual confirmation requirements by visiting https://www.sam.gov.� Please direct questions regarding this requirement to Caleb Profitt at Caleb.Profitt@navy.mil. Provisions and Clauses FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their quote that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and �applicable to this solicitation. The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following clauses and provisions are hereby included by reference: 52.203-19���������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7������������ System for Award Management 52.204-10���������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13���������� System for Award Management Maintenance 52.204-16���������� Commercial and Government Entity Code Reporting 52.204-18���������� Commercial and Government Entity Code Maintenance 52.204-19���������� Incorporation by Reference of Representations and Certifications 52.204-22���������� Alternative Line Item Proposal 52.204-23���������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24���������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25���������� Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 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 52.212-1������������ Instructions to Offerors�Commercial Items 52.212-3 ����������� Offeror Representations and Certifications�Commercial Items--Alternate I 52.212-4������������ Contract Terms and Conditions�Commercial Items 52.212-5������������ Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items 52.217-8 ����������� Option to Extend Services. 52.219-28���������� Post-Award Small Business Program Rerepresentation 52.222-3������������ Convict Labor 52.222-19���������� Child Labor�Cooperation with Authorities and Remedies 52.222-21���������� Prohibition of Segregated Facilities 52.222-22���������� Previous Contracts and Compliance Reports 52.222-23���������� Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction 52.222-24���������� Preaward On-Site Equal Opportunity Compliance Evaluation 52.222-25���������� Affirmative Action Compliance 52.222-26���������� Equal Opportunity 52.222-36���������� Equal Opportunity for Workers with Disabilities--Alternate I 52.222-41���������� Service Contract Labor Standards 52.222-42���������� Statement of Equivalent Rates for Federal Hires 52.222-46���������� Evaluation of Compensation for Professional Employees 52.222-48���������� Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification 52.222-50���������� Combating Trafficking in Persons 52.223-18���������� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13���������� Restrictions on Certain Foreign Purchases 52.225-25���������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.232-33���������� Payment by Electronic Funds Transfer�System for Award Management 52.232-39���������� Unenforceability of Unauthorized Obligations 52.232-40���������� Providing Accelerated Payments to Small Business Subcontractors 52.233-3������������ Protest after Award 52.233-4������������ Applicable Law for Breach of Contract Claim 52.237-2������������ Protection of Government Buildings, Equipment, and Vegetation 52.245-1������������ Government Property 52.245-9������������ Use and Charges 52.247-34���������� F.o.b. Destination 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 252.204-7008���� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009���� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012���� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015���� Notice of Authorized Disclosure of Information for Litigation Support 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 252.204-7018���� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019���� Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020���� NIST SP 800-171 DoD Assessment Requirements. 252.211-7003���� Item Unique Identification and Valuation 252.211-7007���� Reporting of Government-Furnished Property 252.215-7013���� Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7048���� Export-Controlled Items 252.225-7972 (Dev 2020-O0017)�� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (Dev 2020-O0015) (May 2020) 252.225-7973 (Dev 2020-O0015)�� Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (Dev 2020-O0015) (May 2020) 252.225-7974���� ""Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)"" 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 252.232-7017���� Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.237-7010���� Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000���� Subcontracts for Commercial Items 252.245-7001���� Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002���� Reporting Loss of Government Property (DEV) 252.245-7003���� Contractor Property Management System Administration 252.245-7004���� Reporting, Reutilization, and Disposal 252.246-7005���� Notice of Warranty Tracking of Serialized Items 252.246-7006���� Warranty Tracking of Serialized Items 252.246-7008���� Sources of Electronic Parts 252.247-7023���� Transportation of Supplies by Sea--Basic C-202-H001������ Additional Definitions--Basic (NAVSEA) (OCT 2018) C-211-H018������ Approval by the Government (NAVSEA) (JAN 2019) D-247-H002 ����� Packaging of Supplies - Basic E-246-H016 ����� FOB Destination G-232-H005������ SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001������ GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) The following provisions and clauses are hereby included by full text: 52.252-1������ Solicitation Provisions Incorporated by Reference SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx (End of provision) 52.252-2������ Clauses Incorporated by Reference CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4338649c2bf8468a99475dd0f6ec406c/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06161087-F 20211022/211020230113 (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.