Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2022 SAM #7378
SOLICITATION NOTICE

70 -- EQube-MI Connector

Notice Date
2/10/2022 3:40:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904022Q2003
 
Response Due
2/14/2022 8:59:00 PM
 
Archive Date
03/01/2022
 
Point of Contact
Ronald Lizotte, Phone: 2074384930, Fax: 2074384193
 
E-Mail Address
ronald.lizotte@navy.mil
(ronald.lizotte@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N4540422Q2003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-03 and DFARS Change Notice 20210115. 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.acquisition.gov/dfar NAICS Code is 511210. This requirement is SOLE SOURCED to EQ Technologies, Inc. for an order for supplies to be issued to procure brand name eQ Technologic, Inc. The period of performance is March 1, 2022 through February 28, 2023. The delivery date is March 1, 2022. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR part 13. 0001������ MI Starter pack #2 (*per server): Includes 1 Production environment license and 2 non-production licenses� � 1 EA 0002������ CLONE: MI Foundation bundle, includes MI Server with BPM (*per server)� � 1 EA 0003������ File System Connection (**per connection)���1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� 0004������ File System Connection non-prod (**per connection)� �2 EA� � � � � � � � � � � � � �� 0005������ Standard MI ConnectorsA (**per connection)����������1 EA� � � � � � � � � � � � � � � � � � 0006������ Standard MI Connectors (**per connection)����1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0007������ Standard MI Connectors non-prodA (**per connection)�������2 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0008������ Standard MI Connectors non-prod (**per connection)�������2 EA� � � � � � � � � �� 0009������ SharePoint Connector productionA (**per connection)����1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� 0010������ SharePoint Connector production (**per connection)� �1 EA� � � � � � � � �� 0011������ SharePoint Connector production non productionA (**per connection)� � � � 2 EA 0012������ SharePoint Connector production non production(**per connection)� 2EA������������������������������������������������������������������������������� 0013������ EQUBE TM Server (*per server)����1 EA� � � � � � � � � � � �� 0014������ EQUBE TM Server non production (*per server)�������� �1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0015������ Generic migration process module (*per server)� � �1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� 0016������ Non-Production Generic migration process module (*per server)�����1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0017������ Includes EMS module + export to pdf + attaching the pdf (*per server)� �1 EA 0018������ Export to x-cel from Scheduler (*per server)���������������� 1 EA� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0019������ Export to x-cel, PPT and PDT from Portal (*per server)� � � � � �1 EA Authorized Resellers Only. *Delivery Freight to be included. PERIOD OF PERFORMANCE: 03/01/2022 to 02/28/2023 DELIVERY TO: SUBMEPP Portsmouth Naval Shipyard Portsmouth, NH 03804-5000 See the following applicable clauses to this order:� 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 or 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 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred 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 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 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 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity 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 and High Global Warming Potential Hydrofluorocarbons. 52.223-18 Encouraging Contractor Policies 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 52.227-19 Commercial Computer Software License� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��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 All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7015 Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Additional contract terms and conditions applicable to this procurement are: C-202-H001 ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-212-W002 Commercial Supplier Agreements (Navsea) (Mar 2019) C-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT D-211-H004 Identification Marking Of Parts--Basic (Navsea) (Oct 2018) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria. -Technical Acceptability (Authorized Reseller) - Price - Adherence to delivery schedule (The Contracting Officer reserves the right to award based on ability to meet the desired schedule) The Vendor is required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the addendum to FAR 52.212-1 and determine to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. 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. If the Technical Submission does not meet the minimum requirements will be rated as �Unacceptable�, and will no longer be considered for award. 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 511210, 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 February 14, 2022. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0b9f5b42fb2e4ef3a0c8e48e18fef46d/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06239576-F 20220212/220210230112 (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.