Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2022 SAM #7336
SOLICITATION NOTICE

70 -- Thermo Lab INF-11000 Licenses

Notice Date
12/30/2021 5:54:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904022Q0078
 
Response Due
1/13/2022 8:59:00 PM
 
Archive Date
01/28/2022
 
Point of Contact
Brittney Meurrens, Phone: 2079940506
 
E-Mail Address
brittney.meurrens@navy.mil
(brittney.meurrens@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N3904022Q0078 and is issued as a request for quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-02 and DFARS Change Notice 20211130. 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: https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The NAICS code is 541519. The small business size standard is $30 million. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE basis to Thermo LabSystems, Inc. in accordance with FAR 13.501(a). (See the attached Limited Source Justification) *Reference Attachments: 1)����������� N3904022Q0078 2)����������� Limited Source Justification This requirement is to provide Project Management Office � Information Technology (PMO-IT) with a firm-fixed-price order for 100 additional Sample Manager Licenses in accordance with Attachment 1. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The following FAR provision and clauses are applicable to this procurement: 52.203-19 ������������ Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 �������������� System for Award Management 52.204-9 �������������� Personal Identity Verification of Contractor Personnel 52.204-10������������ Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13������������ System for Award Management Maintenance) 52.204-16 ������������ Commercial and Government Entity Code Reporting 52.204-17 ������������ Ownership of Control of Offeror 52.204-18 ������������ Commercial and Government Entity Code Maintenance) 52.204-19 ������������ Incorporation by Reference of Representations and Certifications 52.204-20 ������������ Predecessor of Offeror 52.204-21 ������������ Basic Safeguarding of Covered Contractor Information Systems 52.204-23������������ Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by �������������������������� ��������������� Kaspersky Lab and Other Covered Entities 52.204-24 ������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or ��������������������������� ��������������� Equipment 52.204-25 ������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or ������������������� ��������������� Equipment 52.204-26 ������������ Covered Telecommunications Equipment or Services-Representation 52.209-2 �������������� Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 �������������� Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, �������������� ��������������� or Proposed for Debarment 52.209-10 ������������ Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 ������������ Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction ������������������������� ��������������� Under Any Federal Law 52.212-1 �������������� Instructions to Offerors - Commercial Items 52.212-2 �������������� Evaluation�Commercial Items 52.212-3 �������������� and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 �������������� Contract Terms and Conditions - Commercial Items 52.212-5 �������������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial ��������������� ��������������� Items 52.217-7 �������������� Option for Increased Quantity-Separately Priced Line Item 52.217-9 �������������� Option to Extend the Term of the Contract 52.219-6 �������������� Small Business Program Representation 52.219-28 ������������ Post Award Small Business 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 52.222-50 ������������ Combating Trafficking in Persons 52.223-5 �������������� Pollution Prevention and Right-to-Know Information 52.223-11������������ Ozone-Depleting Substances 52.223-18 ������������ Contractor Policy to Ban Text Messaging while Driving 52.225-13 ������������ Restriction on Foreign Purchases 52.225-25 ������������ Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating ������������������ ��������������� to Iran-- Reps and Certs 52.232-33 ������������ Payment by Electronic Funds Transfer-System for Award Management 52.232-39 ������������ Unenforceability of Unauthorized Obligations 52.232-40 ������������ Providing Accelerated Payments to Small Business Subcontractors 52.233-3��������������� Protest After Award 52.233-4 �������������� Applicable Law for Breach of Contract Claim 52.242-15 ������������ Stop-Work Order 52.247-34 ������������ F.O.B. Destination 52.252-1 �������������� Solicitation Provisions Incorporated by Reference 52.252-2 �������������� Clauses Incorporated by Reference 52.252-6 �������������� Authorized Deviations in Clauses 52.253-1��������������� Computer Generated Forms Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 ����� Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002������ Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 ����� Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7003 ����� Control of Government Personnel Work Product DFARS 252.204-7006 ����� Billing Instructions DFARS 252.204-7008 ����� Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 ����� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident ���������������� ������������������������������� Information DFARS 252.204-7015������ Disclosure of Information to Litigation Support Contractors DFARS 252.215-7013 ����� Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7048������ Export-Controlled Items DFARS 252.232-7003������ Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006������ Wide Area Workflow Payment Instructions DFARS 252.232-7010������ Levies on Contract Payments DFARS 252.237-7010 ����� Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000������ Subcontracts for Commercial Items DFARS 252.247-7023������ Transportation of Supplies by Sea NAVSEA CLAUSES C-202-H001 ������� Additional Definitions�Basic C-204-H001 ������� Use Of Navy Support Contractors For Official Contract Files C-211-H018 ������� Pproval By The Government C-212-W002 ������ Commercial Supplier Agreements C-227-H010�������� Computer Software And Computer Data Bases Delivered To Or Received From The Government C-246-H001�������� Extension Of Commercial Warranty���������������������������������������������� E-246-H016�������� Inspection And Acceptance Of F.O.B. Destination Deliveries F-242-H001 �������� Contractor Notice Regarding Late Delivery F-247-H004��������� F.O.B. Destination����������������������������������������������������������������������������������������������������������������������������� G-232-H002������� Payment Instructions And Contract Type Summary For Payment Office G-232-H005 ������� Supplemental Instructions Regarding Invoicing G-242-H001�������� Government Contract Administration Points-Of-Contact And ��������������������������������������������������������������������������������� ��������������� Responsibilities Evaluation Criteria: 52.212-2 Evaluation--Commercial Items (Oct 2014) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.� (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.� Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined ""Unacceptable"", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as ""Unacceptable"", and will no longer be considered for further competition or award. (2) PRICE The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts.� Failure to submit the requested information may result in disqualification of the submitted quote. System for Award Management (SAM): Vendors 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/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to brittney.meurrens@navy.mil.� Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms.� Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than January 13, 2022 at 11:59 pm EST. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d07a0c783da04a3ca41e2470c9fac75d/view)
 
Place of Performance
Address: Norfolk, VA 23513, USA
Zip Code: 23513
Country: USA
 
Record
SN06207064-F 20220101/211230230108 (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.