SPECIAL NOTICE
J -- Nitf Medal Maintenance Renewal
- Notice Date
- 7/2/2020 6:49:14 AM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-20-Q-1300852926-A
- Response Due
- 7/7/2020 1:00:00 PM
- Archive Date
- 07/07/2020
- Point of Contact
- Keith Noland, Phone: 2027678893, Michelle R. Waters, Phone: 3018484545
- E-Mail Address
-
keith.noland@nrl.navy.mil, michelle.waters@nrl.navy.mil
(keith.noland@nrl.navy.mil, michelle.waters@nrl.navy.mil)
- Description
- Request for Quote (RFQ) N00173-20-Q-1300852926-A � This is a full and open competition (FAR 13- 13.003(b) (1)) procurement on a Firm-Firm Fixed-Price (FFP) basis.� Award shall be made to the quoter whose quotation offers the lowest-priced, technically acceptable solution (LPTA), which can deliver within Ten days.���� � Lowest Price Technically Acceptable � Factor 1 � Price.� Quotes will be evaluated to determine if the price is fair, and reasonable in accordance with FAR 12.209 (Commercial Item Determination of Price Reasonableness) and in conjunction with FAR 13.106-3 (Simplified Acquisition Procedures Award and Documentation). Quotations shall include a price for each Contract Line Item Number (CLIN). Factor 2 � Technical. The Government will evaluate the quoter�s capabilities to provide supplies/services in accordance with (IAW) the Solicitation. Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation. Offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable. If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s) Table A-1. Technical Acceptable/Unacceptable Ratings: Rating Description Acceptable Quote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications. Unacceptable Quote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications. Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). SAM Registration.� Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a quote. Supplies:� Items must be brand name or equal in accordance with FAR 52.211-6. Software/Hardware/Services:� No gray market or third party vendors.� Authorized resellers ONLY. Note:� Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award.� The performance period cannot be back dated.� If reinstatement fees are required, they must be listed on separate line items. The Technical and Price Quotation shall be submitted via email to keith.noland @nrl.navy.mil.�� Faxed quotations will not be accepted. GOVERNMENT POINT OF CONTACT Purchasing Agent Name: Keith Noland Tel: 202-767-8893 Email: keith.noland@nrl.navy.mil � QUESTIONS CONCERNING THE RFQ: All questions concerning this RFQ are due via email to the Purchasing Agent�s email address above No Later Than (NLT) 3 business days after the sending of this Request For Quotation (RFQ) to ensure timely award.� The Government may, in its sole discretion, choose not to respond to questions received after the deadline. � QUOTATION CONTENTS The contractor may provide a quotation as long as it meets the Government�s minimum solicited technical standards of this Request for Quotations and the attached�� --------------.� Quotations shall comply with or clearly state, at a minimum, the following information: (1)� Open Market or GSA Federal Supply Schedule (FSS) pricing.� Quotations should state �open market� or should reference the applicable GSA/FSS number. (2)� Expiration date of quoted and submitted prices. � (3)� Contractor�s Federal Tax I.D., CAGE code, and DUNS number. (4)� Payment Terms will be Net 30 unless stated differently on the quote. (5)� If available, please include your company�s published price list. (6)� Include estimated shipping and handling if applicable. The following provisions and contract clauses are hereby incorporated into this request for quote (RFQ).� Any provisions and contract clauses not applicable by their terms shall be self-deleting. � FAR SOLICITATION PROVISIONS AND CONTRACT CLAUSES: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation (Jan 2017) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-8, Annual Representations and Certifications (Mar 2020) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, �Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17, �Ownership or Control of Offeror (Jul 2016) FAR 52.204-18, �Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-20, �Predecessor of Offeror (July 2016) FAR 52.204-21, �Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.207-4, �Economic Purchase Quantity � Supplies (Aug. 1987) FAR 52.207-5, Option to Purchase Equipment (Feb 1995) FAR 52.208-9, �Contractor Use of Mandatory Sources of Supply or Services (May 2014) FAR 52.209-1, Qualification Requirements (Feb 1995) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) FAR 52.209-10, �Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.211-5, � Material Requirements (Aug 2000) FAR 52.211-14, �Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) FAR 52.211-16, �Variation in Quantity (Apr 1984) FAR 52.212-1, Instructions to Offerors -- Commercial Items. �(Jun 2020) FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jun 2020) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2020) FAR 52.213-1, �Fast Payment Procedure (May 2006) FAR 52.213-3, Notice to Supplier (APR 1984) FAR 52.213-4, Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). (Jun 2020) FAR 52.214-34, �Submission of Offers in the English Language (Apr 1991) FAR 52.214-35, �Submission of Offers in U.S. Currency (Apr 1991) FAR 52.219-1 -- Small Business Program Representations (Jun 2020) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (Mar 2020) FAR 52.222-3 -- Convict Labor (Jun 2003) FAR 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001) FAR 52.222-19 -- Child Labor�Cooperation with Authorities and Remedies (Jan 2020) FAR 52.222-20 � Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 (Jun 2020) FAR 52.222-21 -- Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance (April 1984) FAR 52.222-26 -- Equal Opportunity (Sep 2016) FAR 52.222-29 -- Notification of Visa Denial (Apr 2015) FAR 52.222-41 -- Service Contract Labor Standards (Aug 2018) FAR 52.222-50 -- Combating Trafficking in Persons (Jan 2019) FAR 52.223-2,� Affirmative Procurement of Bio-based Products Under Service And Construction Contracts (SEP 2013) FAR 52.223-6 -- Drug-Free Workplace (May 2001) FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) FAR 52.223-12, Refrigeration Equipment and Air Conditioners (JUN 2016) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.223-20, Aerosols (Jun 2016) FAR 52.223-21, Foams (Jun 2016) FAR 52.224-1, �Privacy Act Notification (Apr 1984) FAR 52.224-2, �Privacy Act (Apr 1984) FAR 52.225-1, �Buy American�Supplies (May 2014) FAR 52.225-2, �Buy American Certificate (May 2014) FAR 52.225-3, Buy American -- Free Trade Agreements--Israeli Trade Act (May 2014) FAR 52.225-4 -- Buy American -- Free Trade Agreements � Israeli Trade Act Certificate (May 2014) FAR 52.225-13, �Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-14, Inconsistency Between English Version and Translation of Contract (FEB 2000) FAR 52.225-18 � Place of Manufacture� (Aug 2018) FAR 52.225-25, �Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Aug 2018) FAR 52.232-1, Payments. (Apr 1984) FAR 52.232-8, �Discounts for Prompt Payment (Feb 2002) FAR 52.232-11, Extras (Apr 1984) FAR 52.232-23, �Assignment of Claims (May 2014) FAR 52.232-25, �Prompt Payment (Jan 2017) FAR 52.232-32,� Performance-Based Payments (Apr 2012) FAR 52.232-33, �Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-1, Disputes (May 2014)�� Alternate I (Dec 1991). FAR 52.233-3, �Protest After Award (Aug 1996) FAR 52.233-4, �Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-1, �Site Visit (1984) FAR 52.237-2, �Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.243-1,� Changes -- Fixed-Price (Apr 1987) FAR 52.244-5 -- Competition in Subcontracting (Dec 1996) FAR 52.244-6 -- Subcontracts for Commercial Items (Jun 2020) FAR 52.245-1, Government Property� (Jan 2017) FAR 52.245-2, Government Property Installation Operation Services (APR 2012) FAR2.245-9, Use and Charges (APR 2012) FAR 52.247-29,� F.O.B. � Origin (Feb 2006) FAR 52.247-30,� F.O.B. -- Origin, Contractors Facility (Feb 2006) FAR 52.247-34, F.O.B Destination (NOV 1991) FAR 52.249-1, �Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) FAR 52.249-4,� Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) FAR 52.252-1, Solicitation Provisions Incorporated by Reference� (Feb 1998) FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) DFARS PROVISIONS AND CLAUSES: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7003, Agency Office of the Inspector General (AUG 2019) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS 252.204-7011, Reserved. DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7013, Reserved. DFARS 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors (MAY 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.211-7006, Passive Radio Frequency Identification (Dec 2019) DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012) DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance (SEP 2019) DFARS 252.215-7007, Notice of Intent to Resolicit (JUN 2012) DFARS 252.215-7008, Only One Offer (JUL 2019) DFARS 252.219-7000, Advancing Small Business Growth (SEP 2016) DFARS 252.223-7004� Drug-Free Work Force (SEP 1988) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate � Basic (NOV 2014)������ �Alternate I (NOV 2014) DFARS 252.225-7001, Buy American Act and Balance of Payments Program � Basic (DEC 2017) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2017) DFARS 252.225-7006, Acquisition of the American Flag (AUG 2015) DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013) DFARS 252.225-7013, Duty-Free Entry (Apr 2020) DFARS 252.225-7016, Restriction on Acquisition of Ball and RInterested persons may identify their interest and capability to respond to the requirement or submit proposals prior to offer due date. A determination to compete this action based upon responses received to this notice is solely within the discretion of the Government. Terms will be FOB Destination to NCTAMS PAC, WAHIAWA, HI. Contractors need to include the cost of shipping on a separate line of the items offered. It is anticipated that the solicitation will be posted to the NECO website on or about 06 SEP 2017 with proposals due by 15 SEP 2017. A Firm-Fixed Price, Supply type contract will be awarded in accordance with FAR parts 12 and 13.5, Commercial and Simplified Acquisition Procedures. All responsible sources may submit a proposal which shall be considered by FLCPS. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. No telephone or fax requests will be accepted, and no hard-copy solicitation/amendment will be mailed or faxed. Electronic submission of proposals/quotes is not available at this time. Emailed completed solicitations are acceptable. Electronic submission of proposals/quotes via NECO is not available at this time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bfc09be391664f819a7749f5c89946a7/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN05710715-F 20200704/200702230149 (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 |