SOLICITATION NOTICE
D -- BLUESPRING SOFTWARE MAINTENANCE
- Notice Date
- 7/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060416T3148
- Response Due
- 7/19/2016
- Archive Date
- 8/3/2016
- Point of Contact
- PATRICIA MURAKAMI 808-473-7901
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3148. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160630. 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 541519 and the Small Business Size Standard is $27.5M. This is a noncompetitive, BRAND NAME ONLY, other than full and open action. The Small Business Office concurs with this determination. The brand name is Bluespring Solutions, 10290 Alliance Road, Cincinnati OH 45242. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing BLUESPRING SOFTWARE EXTENDED WARRANTY: 0001 “ BLUESPRING SOFTWARE EXTENDED WARRANTY, EXT-BPM-SFTW, QTY. 12 MONTHS (BASE YEAR) 1001 “ BLUESPRING SOFTWARE EXTENDED WARRANTY, EXT-BPM-SFTW, QTY. 12 MONTHS (OPTION 1) 2001 - BLUESPRING SOFTWARE EXTENDED WARRANTY, EXT-BPM-SFTW, QTY. 12 MONTHS (OPTION 2) Period of performance: September 15, 2016 “ September 14, 2017 (Base); September 15, 2017 “ September 14, 2018 (Option 1); September 15, 2018 “ September 14, 2019 (Option 2); Delivery Location is Headquarters, U.S. Pacific Command, Camp H.M. Smith, HI 96861-4026. FOB destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provisions and clauses apply to this requirement: 52.204-7System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-17Ownership or Control of Offeror 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.204-20Predecessor of Offeror 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10Prohibition on Contracting With Inverted Domestic Corporations 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1Instructions to Offerors 52.212-3 Alt IOfferor Reps and Certs 52.212-4Contract Terms and Conditions--Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.217-5Evaluation of Options 52.217-9Option to Extend the Term of the Contract 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor--Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers w/ Disabilities 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-18Availability of Funds 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation (Dev 2016-O0003) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) 252.204-7015Disclosure of Information to Litigation Support Contractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.239-7009Representation of Use of Cloud Computing 252.239-7010Cloud Computing Services 252.239-7017Notice of Supply Chain Risk 252.239-7018Supply Chain Risk 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea Quoters shall include a completed copy of FAR 52.212-3 ALT I and FAR 52.209-11 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close on July 19, 2016, 12:00 Hawaii Standard Time. Questions may be submitted NLT July 18, 2016 to Patricia Murakami via email patricia.murakami@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 point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3148/listing.html)
- Record
- SN04182113-W 20160716/160714234347-387e447e60f7f3fd6ff73748ebf3968f (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 |