SOLICITATION NOTICE
D -- Master Control Maintenance
- Notice Date
- 9/12/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- 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
- N66604-19-Q-7315
- Archive Date
- 10/4/2019
- Point of Contact
- Franklin Patton, Phone: 4018326525
- E-Mail Address
-
Franklin.Patton@navy.mil
(Franklin.Patton@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-7315. This procurement is being solicited on an unrestricted Sole Source basis to Master Control Inc., CAGE Code: 3RCC1. The North American Industry Classification System (NAICS) Code is 511210. The Small Business Standard Size is $38,500,000. The NUWCDIVNPT Office for Small Business Programs concurs with this sole source determination. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. CLIN 0001: Base Year of Master Control Software Maintenance (MSA300) with a Period of Performance of 01 October 2019 to 30 September 2020. CLIN 0002: Option Year 01 for Master Control Software Maintenance (MSA300) with a Period of Performance of 01 October 2020 to 30 September 2021. CLIN 0003: Option Year 02 for Master Control Software Maintenance (MSA300) with a Period of Performance of 01 October 2021 to 30 September 2022. CLIN 0004: Option Year 03 for Master Control Software Maintenance (MSA300) with a Period of Performance of 01 October 2022 to 30 September 2023. The order is expected to be placed with Master Control Inc. They are the sole seller of maintenance for their software services. Any resellers that are not authorized Master Control Inc. resellers will not be considered. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed order 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 Government has determined that this requirement includes Electronic Information Technology (EIT), therefore, Section 508 requirements apply. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circulars. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3 Offeror Representations and Certifications-- Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. The clause at DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, no substitutions allowed, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS-SR, now known as SPRS, may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. 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 the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Offers must be e-mailed directly to Franklin Patton at Franklin.Patton@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Thursday, 19 September 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Franklin Patton at Franklin.Patton@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-7315/listing.html)
- Place of Performance
- Address: 1176 Howell st, Newport, Rhode Island, 02841, United States
- Zip Code: 02841
- Zip Code: 02841
- Record
- SN05442672-W 20190914/190912231307-9f16362df61b8cb2a56c522cd58ccd50 (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 |