MODIFICATION
J -- Lenel Software Licenses and Hardware - Attachment 2 - Requirements
- Notice Date
- 5/24/2016
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-16-Q-1479
- Point of Contact
- John P. de Ciutiis, Phone: 4018323355, Mary Ann Gardner, Phone: 4018327173
- E-Mail Address
-
john.deciutiis@navy.mil, maryann.gardner@navy.mil
(john.deciutiis@navy.mil, maryann.gardner@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 - Requirements (AS REVISED VIA AMENDMENT 0002) PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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; quotes 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). The Request for Quotation (RFQ) number is N66604-16-Q-1479. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order for Lenel-brand (or Lenel-brand certified compatible) software licensing, technical support, and hardware components. See attached Brand Name Specification Justification (Attachment 1). Please note that no substitutions are allowed. This is a partial follow-on to N66604-10-D-1911 with Galaxy Integrated Technologies. The Government's minimum requirements including quantities, specific brand-names, and required periods of performance and delivery dates are included in Attachment 2. Dongle ID information can be obtained by contacting Mr. Art Buchler, Director of Federal Government Programs, at art.buchler@lenel.com. Offerors shall courtesy copy John de Ciutiis at john.deciutiis@navy.mil on all correspondence with Mr. Buchler. This procurement is a 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 561621. The Small Business Size Standard is $20,500,000.00. The Product Service Code (PSC) is J063. F.O.B. Destination, Naval Station Newport, RI. 02841. Payment Method: Government Purchase Card. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, applies to this solicitation. Clauses 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must (1) provide the items required by this solicitation (per Attachment 2), in the required quantities and delivery periods, and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 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. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quotes received after the closing date and time specified will be ineligible for award. Quotes shall be submitted electronically to John de Ciutiis at john.deciutiis@navy.mil and must be received on or before May 25, 2016 at 2:00 p.m. Eastern Standard Time (EST). Quotes received after this date are late and will not be considered for award. For questions regarding this acquisition, contact John de Ciutiis via e-mail at john.deciutiis@navy.mil. List of Attachments: Attachment 1 - Brand Name Specification Justification (redacted) Attachment 2 - Requirements Listing (Includes Delivery/Period of Performance Dates) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-05-20 13:36:01">May 20, 2016 1:36 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-05-24 12:36:41">May 24, 2016 12:36 pm Track Changes Amendment 0001: The purpose of Amendment 0001 is to respond to an industry question as follows: Question: Regarding the subject solicitation, would you please clarify is this effort requires material and licensing support only or if installation and programming are also required? Response: The Government requires material and licensing support only. Amendment 0002: The purpose of Amendment 0002 is to revise Attachment 2 - "Requirements" in order to change the period of performance dates for the three line items under License # 45387 as well as provide an additional note below the table to reference the reason for the period of performance changes. As a result of the above changes, the solicitation closing date and time is extended from 24 MAY 2016 at 2:00 PM EST to 25 MAY 2016 at 2:00 PM EST. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2016-05-20 13:36:02">May 20, 2016 1:36 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2016-05-24 12:36:41">May 24, 2016 12:36 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-1479/listing.html)
- Place of Performance
- Address: Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT), 1176 Howell Street, Newport, Rhode Island, 02841-1708, United States
- Zip Code: 02841-1708
- Zip Code: 02841-1708
- Record
- SN04127293-W 20160526/160524234723-11849c8688f517688bb6120a0b774000 (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 |