Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2019 FBO #6466
SOLICITATION NOTICE

70 -- Starfish CONNECT software subscription renewal utilized at the United States Naval Academy (USNA).

Notice Date
8/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
23511
 
Solicitation Number
N0018919Q0432
 
Response Due
8/7/2019
 
Archive Date
9/7/2019
 
Point of Contact
757-443-1320
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies in accordance with the information in FAR Subpart 12.6 and FAR Subpart 13.106, using Simplified Acquisition procedures for commercial items. 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 is posted on NECO (http://www.neco.navy.mil/) and FEDBIZOPPS (https://www.fbo.gov/). The Request for Quote (RFQ) number is N0018919Q0432. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-77 and DFARS Change Notice 201600830. 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. This acquisition will result in a Firm-Fixed-Price contract under NAICS 511210. The Small Business Size Standard is $38.5M. The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13. 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 closing date will be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to this notice and 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 FOLLOWING SOFTWARE LICENSE SUBSCRIPTION RENEWAL IS REQUIRED: TABLE 1 CLIN DESCRIPTION QTY UNIT OF ISSUE PRICE 1001 “ Base Year Starfish CONNECT “ POP: 8/24/2019 “ 8/23/2020 1 Year / 5,000 Students $ 2001 “ Option Year I Starfish CONNECT “ POP: 8/24/2020 “ 8/23/2021 1 Year / 5,000 Students $ 3001 “ Option Year II Starfish CONNECT “ POP: 8/24/2021 “ 8/23/2022 1 Year / 5,000 Students $ Total $ This announcement will close on 7 August 2019, 5:00 PM Eastern time. Responses should be submitted via email to Courtney Golden at Courtney.golden@navy.mil / 757-443-1320. 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, point of contact, name, email and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The following provisions and clauses are applicable and incorporated by reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors 52.212-4 Contract Terms and Conditions - Commercial Items; 52.213-2 Invoices 52.217-5 Evaluation of Options 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7005 - Oral Attestation of Security Responsibilities 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.239-7017 Notice of Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following provisions and clauses are applicable and incorporated by full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities (i)52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ CCR 52.212-3 Alt I, Offeror Representations and Certifications 52.217-9 Option to Extend the Term of the Contract 52.223-18 Engaging Contractor Policies to Ban Text Messaging while Driving 52.232-18 Availability of Funds 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.211-7003 Item Identification and Valuation 252.232-7006 Wide Area Workflow Payment Instructions SUPTXT243-9400 (1-92) Authorized Changes only by the KO NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018919Q0432/listing.html)
 
Place of Performance
Address: ITSD, USNA 290 Buchanan Road, Annapolis, Maryland
Zip Code: 21402
Country: US
 
Record
SN05392904-F 20190807/190805230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.