SOLICITATION NOTICE
70 -- VIC-3D Software
- Notice Date
- 3/27/2023 10:59:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-23-Q-0240
- Response Due
- 3/29/2023 11:00:00 AM
- Archive Date
- 04/13/2023
- Point of Contact
- Kevin E. Silva, Phone: 4018323558
- E-Mail Address
-
kevin.e.silva2.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil)
- 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 included in this notice.� This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued.� This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N6660423Q0240. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for the following Contract Line Item (CLIN) on a Sole Source Basis to Correlated Solutions, Inc., the sole proprietor of the required software, and is the only source able to provide this product. Item Description:�VIC-3D Software Suite Part #:�VIC-3D Qty:�1 Delivery is F.O.B. Destination to Newport, RI 02841, with an estimated Period of Performance 03/31/2023-03/30/2024. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. �This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is 150 employees. The below provisions and clauses apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal La Orders�Commercial Products and Commercial Services FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-2 Evaluation�Commercial Products and Commercial Services FAR 52.212-3 (ALT 1) Offeror Representations and Certifications�Commercial Products and Commercial Services FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The full text of provisions and clauses may be accessed electronically at https://acquisition.gov Payment will be made via Wide Area Workflow (WAWF). In accordance with DFARS clause 252.211-7003, the offeror shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) Rating DO-C9. Per the approved ITPR, there is a Section 508 Exception #2: NUWCDIVNPT Bldg. 1302, CEMLAB Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available at the following website: https://www.sam.gov/ OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) Firm Fixed Pricing for CLINs (2) Estimated Delivery (3) Point of Contact (including name, phone number and email address) (4) Contractor CAGE Code The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. Quotations shall be e-mailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Primary Point of Contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d47c4c78c64544199ff6aff702ce6deb/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06631473-F 20230329/230327230109 (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 |