SOLICITATION NOTICE
70 -- Renewal of Control and Analysis Tool (CAT) II Software Licenses.
- Notice Date
- 1/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Mechanicsburg Office 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018914RQ101
- Response Due
- 1/24/2014
- Archive Date
- 2/8/2014
- Point of Contact
- DEBORAH J. THOMAN 717-605-3522
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes 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 NECO and FEDBIZOPPS (http://www.fbp.gov/). The RFQ number is N00189-14-R-Q101. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-71 and DFARS Change Notice 20131220. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 511210. This is a sole source action issued by the NAVSUP FLC-Norfolk, Mechanicsburg Office. In accordance with Federal Acquisition Regulations (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This action is for the renewal of CAT II Software License maintenance support and the award will be made to Robbins-Gioia, LLC as these are proprietary software licenses. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. Prospective offerors who wish to challenge the sole source award or express interest in providing the above supplies or services should submit their fully documented challenges or expressions of interest no later than 5:00 PM EST on 24 Jan 2014. Please submit your reply via email to Deborah.Thoman@navy.mil. Please reference in the subject line RFQ No. N00189-14-R-Q101. The attached item description page includes the descriptions and quantities and is separated by shipyard and base and option years. Please use page a pricing tool. The end users of the software are the Norfolk, Portsmouth, Puget and Pearl Harbor Naval Shipyards. The Period of Performance is as shown: Base Period - 1/1/2014 - 12/31/2014 Option Period One - 1/1/2015 - 12/31/2015 Option Period Two - 1/1/2016 - 12/31/2016 Note: The contracting office is requesting a œno cost reinstatement fee be included in the unit prices for the lapsed period of 1/1/2014 “ Date of Award. 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. The contract resulting from this solicitation will be a Firm-Fixed Price Contract. The vendor shall quote ALL items to be eligible for award. The vendor shall be registered in the U.S. Federal government ™s System for Award Management (SAM). This announcement will close at 5:00 PM EST on 24 Jan 2014. Contact is Deborah J. Thoman who can be reached at 717-605-3522 or email deborah.thoman@navy.mil. Offerors are also reminded to include a completed copy of both FAR 52.212-3, Offeror Representations and Certification Commercial Items. A reference to Representations and Certifications being available via System for Award Management (SAM) is preferable. Offerors are also reminded that FAR 52.209-5 “ Certification Regarding Responsibility Matters. (Apr 2010) shall be completed. A reference to this being available via System for Award Management (SAM) is preferable. PAPERLESS CONTRACTING All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. The following applies and will be incorporated into the order. NAVY USE OF ABILITYONE SUPPORT CONTRACTOR/RELEASE OF OFFEROR INFORMATION NAVSUP Fleet Logistic Center (FLC) Norfolk may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government ™s AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (see contact information below). The support contractor must provide copies of the executed agreements to the Contracting Officer (PCO) and the Contracting Officer ™s Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the PCO for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP FLC contract. Company: AbilityOne Program Name: Karen Burns Telephone Number: 1-703-310-0462 E-Mail Address: kburns@nib.org The following FAR provision and clauses are applicable to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-7, System for Award Management (Jul 2013) 52.204-13, System for Award Management Maintenance (Jul 2013) 52.212-4, Contract Terms and Conditions - Commercial Items (Jul 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (applicable clauses will be in resultant order) FAR 52.233-3, Protest after Award FAR 52.209-5, Certification Regarding Responsibility Matters The following DFAR clauses are applicable to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011), (Section 847 of Pub. L. 110-181). 252.211-7003, Item Identification and Valuation (June 2013) 252.211-7007, Reporting of Government-Furnished Property (Aug 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) (U.S.C. 2227). 252.232-7010, Levies on Contract Payments (Dec 2006) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.246-7003, Notification of Potential Safety Issues (Jun 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0be4242be493ca5235473342e69d7369)
- Record
- SN03272016-W 20140124/140122234049-0be4242be493ca5235473342e69d7369 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |