Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2019 SAM #6572
SOLICITATION NOTICE

D -- Siemens Product Lifecycle Management NX Software Maintenance Renewal

Notice Date
11/25/2019 7:26:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841 USA
 
ZIP Code
02841
 
Solicitation Number
200402
 
Response Due
11/27/2019 2:00:00 PM
 
Archive Date
12/31/2019
 
Point of Contact
CARRIE R. ROCHELLE, Phone: 4018326562
 
E-Mail Address
CARRIE.ROCHELLE@NAVY.MIL
(CARRIE.ROCHELLE@NAVY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A separate, written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N6660420Q0402.The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for the following services:Siemens PLM Software NX Annual MaintenanceThe attached Brand Name Specification applies to this purchase. No substitutions will be accepted.The software maintenance period of performance shall be: 01 December 2019 - 30 November 2020.This requirement is being solicited as a 100% total small business set aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs. The North American Industry Classification System (NAICS) Code is 511210, Software Publishers. The Small Business Size Standard is $41,500,000.The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01. The provision at FAR 52.212-1 Instructions to Offerors--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, apply to this solicitation. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls and DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting apply to this solicitation. DFARS 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors applies to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov.Payment will be via Wide Area Workflow (WAWF).This requirement includes Electronic and Information Technology (EIT). The Section 508 compliant ID is 2072. The applicable EIT Accessibility Standards for the 508 compliant ID # are:36 C.F.R. § 1192.21 - Software Applications and Operating Systems36 C.F.R. § 1194.41 - Information, Documentation, and SupportContractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/) to be eligible for award. Instructions for registration are available on the SAM website.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 quote the item specified in accordance with the Requirements document attached to this solicitation, in the required quantities. The Government will consider past performance information in accordance with DFARS provision 252.213-7000, where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.Quotes shall be submitted via e-mail to Carrie Rochelle at carrie.rochelle@navy.mil. Quotes must be received on or before 5:00 p.m. Eastern Standard Time (EST) November 27, 2019. Quotes received after this date/time will be considered late and may not be considered for award. For information on this acquisition, please contact Carrie Rochelle at carrie.rochelle@navy.mil or (401) 345-8648.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82a28811ce1c4dbca27998841937419e/view)
 
Place of Performance
Address: 55960, VA 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN05502694-F 20191127/191125230256 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.