SOLICITATION NOTICE
70 -- Job Pack and Striker SW Maintenance Support Renewal.
- Notice Date
- 3/18/2014
- 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
- N0018914TQ081
- Response Due
- 3/20/2014
- Archive Date
- 4/4/2014
- 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 prepared in accordance with the procedures in FAR 13, Simplified Acquisitions and supplemented with additional information included in this notice. This announcement constitutes the only RFQ. 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-T-Q081. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140311. 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 competitive, unrestricted action. NAVSUP FLC-Norfolk, Mechanicsburg Office requests responses from qualified sources capable of providing Job Pack and Striker SW Maintenance Support for the Naval Shipyards (Norfolk, Pearl Harbor and Puget Sound Naval Shipyards). Quotes shall be valid for 30 days. The proposed contract action is for a Job Pack and Striker brand name only. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. In order to participate, the vendor shall be a Job Pack and Striker authorized reseller. Therefore, a 3rd party maintenance provider is not acceptable. If you are not an authorized reseller, do NOT participate in this acquisition. Only those authorized reseller quotes will be considered and evaluated. The RFQ attachment includes the descriptions, quantities and period of performance and is separated by shipyard. Please complete this attachment or provide your own format; however, the quotes shall be separated by shipyard and/or activity as specified in the RFQ Attachment. The Period of Performance is for a One Year Base Period and Two One Year Option Periods as shown below: Base Period4/1/2014 “ 3/31/2015 Option Period One4/1/2015 “ 3/31/2016 Option Period Two4/1/2016 “ 3/31/2017 The contract resulting from this solicitation will be a Firm-Fixed Price Contract. This requirement will be negotiated and award will be made on the basis of Low Price Technical Acceptability. 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 3:00 PM EST on 20 Mar 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. 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. 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 5252.243-9400 Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Name: Deborah J. Thoman Telephone: (717) 605-3522 Email: Deborah.Thoman@navy.mil (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1f7d364a2e5737fb5d4843273b0429d1)
- Record
- SN03313992-W 20140320/140318235332-1f7d364a2e5737fb5d4843273b0429d1 (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 |