Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

70 -- Parasoft Software

Notice Date
2/25/2022 11:23:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422Q0194
 
Response Due
2/28/2022 11:00:00 AM
 
Archive Date
12/31/2022
 
Point of Contact
Debra J Dube, Phone: 4018322281, Fax: 4018324820
 
E-Mail Address
debra.dube@navy.mil
(debra.dube@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Synopsis/Solicitation will be open for less than 30 days in accordance with FAR 5.203(b). Request for Quote (RFQ) number is N66604-22-Q-0194. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to procure Parasoft C/C++ Software, Licenses and Maintenance on a Firm Fixed Price, Brand Name, no substitutions allowed, basis as follows: 0001� Parasoft C/C++test Automation Edition, including Base Static Analysis and Unit Testing.� Can be deployed as a Node Locked or User Locked License, Product #CTEST-AUT-NL; two (2) each 0002� One (1) year Annual Maintenance for Parasoft C/C++test Automation Edition, includes Base Static Analysis and Unit Testing.� Can be deployed as a Node Locked or User Locked License, Product #CTEST-M-AUT-NL; two (2) each 0003� Parasoft DTP Enterprise � Node Locked license (up to 5 projects/25 users), Product #DTP-ENT-25-NL; one (1) each 0004� One (1) year Annual Maintenance for Parasoft DTP Enterprise � Node Locked license (up to 5 projects/25 users), Product #DTP-M-ENT-25-NL; one (1) each F.O.B. Destination Newport, RI. 02841. This requirement is being solicited as a total Small Business set-aside under North American Industry Classification System (NAICS) Code 511210. The Small Business Size Standard is $41.5 million. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must provide costs for each CLIN listed above separately; (2) provide the Brand Name items as an authorized reseller; no substitutions allowed (see attached Brand Name Specification) in the specified quantities and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.� Offeror shall complete the attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include as part of the quote. The following clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-2, Evaluation � Commercial Items; - FAR 52.212-3, Offeror Representations and Certifications � Commercial Items - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the acquisition: --52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). -- 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (AUG 2020) -- 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2); -- 52.222-3, Convict Labor (June 2003); -- 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018); -- 52.222-21, Prohibition of Segregated Facilities -- 52.222-26, Equal Opportunity (Sep 2016); -- 52.222-35, Equal Opportunity for Veterans (Oct 2015); -- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); -- 52.222-37, Employment Reports on Veterans (Feb 2016); -- 52.222-50, Combating Trafficking in Persons (JAN 2019); -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). -- DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; �-- DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, -- DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, -- DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and; -- DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations apply to this solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Incorporated provisions and clauses are those through the most current Federal Acquisition Circular.� Electronic Payment through Wide Area Workflow (WAWF) will be used.� Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes shall be submitted electronically to Debra Dube at debra.j.dube.civ@us.navy.mil and must be received on or before 28 February 2022 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Debra Dube at email: debra.j.dube.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f5982601ed34d3ebaa174d0ec8559df/view)
 
Record
SN06251525-F 20220227/220225230113 (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.