SOLICITATION NOTICE
70 -- Consolidated Database Technical Information
- Notice Date
- 6/13/2022 12:33:33 PM
- Notice Type
- Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
- ZIP Code
- 23511-2124
- Solicitation Number
- N50054-22-Q-0086
- Response Due
- 6/15/2022 7:00:00 AM
- Archive Date
- 06/30/2022
- Point of Contact
- Cindy Sampson, Elizabeth Marston, Phone: 7574003064
- E-Mail Address
-
cindy.t.sampson.civ@us.navy.mil, elizabeth.marston@navy.mil
(cindy.t.sampson.civ@us.navy.mil, elizabeth.marston@navy.mil)
- Description
- Amendment 02, 6/13/2022 -� Extend proposal due date to 15 June 2022.� Update SOW to correct amount of concurrent users.�� Amendment 01, 6/7/2022 - Update period of performance within the SOW. Combined Synopsis/Solicitation: N50054-22-Q-0086 Announcement closing date: Monday June 16, 2022 @ 10:00 AM EST Description: Mid Atlantic Regional Maintenance Center (MARMC) Consolidated Database Technical Information 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on SAM.gov. The RFQ number is N50054-22-Q-0086. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220428. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 519190 and the Small Business Standard is 30 million. This procurement is set for full and open competition. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing all requirements listed in the Statement of Work (SOW) and supporting documentation attached to this announcement. Required Delivery Date: 07/15/2022 Delivery Location: Commander, Mid-Atlantic Regional Maintenance Center ATTN: C213 Steve Mangum Naval Station Norfolk, BLDG LF-18 9727 Avionics Loop Norfolk, VA. 23511 The following FAR provisions 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 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Aug 2020) 52.204-20 Predecessor of Offeror 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-3 Offeror Representations and Certifications -- Commercial Items. 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. 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by�� Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.232-29 Terms for Financing of Purchases of Commercial Items 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Representation 52.219-33 Non-Manufacturer Rule 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-35 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements 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 to 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 & Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 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 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.243-7999 Section 3610 Reimbursement (DEVIATION 2020-O0021) 252.244-7000 Subcontracts for Commercial Items 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� This announcement will close at Noon on June 13, 2022.� Contact Cindy Sampson who can be reached at email cindy.t.sampson.civ@us.navy.mil. ��Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.� System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** �For EIT requirements include the following language unless an exception applies: This procurement is for Electronic and Information Technology (EIT).� Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B).� For further information see http://www.section508.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08fce0683f7e48c2ab750b88a9b40f3c/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06356561-F 20220615/220613230107 (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 |