Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOLICITATION NOTICE

53 -- REMUS Simulator and Razorback Software

Notice Date
2/26/2020 12:58:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841 USA
 
ZIP Code
02841
 
Solicitation Number
N66604-20-Q-8036
 
Response Due
2/28/2020 11:00:00 AM
 
Archive Date
03/14/2020
 
Point of Contact
Christina Sherron, Phone: 4018326462
 
E-Mail Address
christina.sherron@navy.mil
(christina.sherron@navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial supplies 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 notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-20-Q-8036. This requirement is being solicited as a Sole Source requirement to Hydroid, Inc., as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP) and the Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 employees. The basis for determining the Sole Source is due to a requirement for simulator and software compatibility with the REMUS 600 class Unmanned Undersea Vehicle (UUV). Hydroid, Inc. has proprietary rights regarding the REMUS 600 class UUV and associated simulators and software. This notice of intent is not a request for competitive proposals. 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 for the purposes of determining whether to conduct a competitive requirement in the future. Required delivery for Razorback RECON upgrade is not later than 5 weeks after award of contract, and for the REMUS Simulator, not later than16 weeks after award of contract; �F.O.B. Destination Naval Station Keyport, Keyport, WA. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, the REMUS Simulator and Razorback Software and associated Software Engineering Support as detailed in the Contract Line Item Number (CLIN) structure below: CLIN 0001: Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Quantity Razorback RECON Upgrade, Part Number S-50054� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 each CLIN 0002: Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Quantity REMUS Simulator, Part Number 159611� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 2 each CLIN 0003: Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Quantity Razorback Simulator Software Upgrade, Part Number S-50056� � � � � � � � � � � � � � � � � 1 each CLIN 0004: Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Quantity RECON Software License Plan, Part Number S-50060� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 each CLIN 0005: Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Quantity Software Engineering Support, Part Number S-50055� � � � � � � � � � � � � � � � � � � � � � � � � � � � 20 hours The Government has determined that this requirement contains a 508 exception in accordance with FAR 39.204(d). Offerors shall provide point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified may be ineligible for award. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). 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. Clauses 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. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. � Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. Payment method will be via the Invoice, Receipt, Acceptance and Property Transfer (iRAPT), formerly known as Wide Area Workflow (WAWF). The Government intends to award a FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable: (1) the offeror must quote items which meet the part numbers as detailed above; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS 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. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) prior to award. Instructions for registration are available at the website. Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Friday, 28 February 2020. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6d4e39a65b24d9cbf46afe3635f03a2/view)
 
Place of Performance
Address: Keyport, WA, USA
Country: USA
 
Record
SN05573258-F 20200228/200226230257 (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.