Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2022 SAM #7586
SOLICITATION NOTICE

70 -- Sole source ESI Sysweld Welding Simulation Solution Maintenance Renewal for Puget Sound Naval Shipyard

Notice Date
9/5/2022 4:05:53 PM
 
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
N3904022Q5395
 
Response Due
9/12/2022 11:30:00 AM
 
Archive Date
09/12/2023
 
Point of Contact
Lisa Fielding, Phone: 2074381893
 
E-Mail Address
Lisa.Fielding@Navy.Mil
(Lisa.Fielding@Navy.Mil)
 
Description
This requirement is to provide Puget Sound Naval Shipyard with a firm-fixed-price order for Brand Name ESI North America, Inc. Sysweld Software Maintenance in accordance with Attachment 1. The maintenance period is 10/10/22 to 10/9/2023, plus 4 Option Years. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE basis to ESI North America, Inc. in accordance with FAR 13.106-1(b)(1). (See Attachment 2). The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. This requirement incorporates provisions and clauses in effect through FAC 2022-07 (Effective 08/10/2022) and DFARS DPN 20220826 (Effective August 26, 2022). 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 the following addresses: FAR - http://www.acquisition.gov DFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The NAICS code is 511210, and the small business size standard for this NAICS Code is $41.5M. *Reference Attachments: 1)���������� N3904022Q5395.XLS 2)���������� SOLE SOURCE 3)���������� SOLE SOURCE RFQ N3904022Q5395 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 G-232-H002������� PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 ������ SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING G-242-H001������� H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES The Government will award a purchase order 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 Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation. Submission must be provided by the OEM or an authorized reseller. 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): Vendor 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/. Place of Performance is: �� Puget Sound Naval Shipyard and IMF �������������������������������������������� Bremerton, WA 98314-5001 �������������������������������������������� The period of performance is: 10/10/2022 - 10/09/2023 plus 4 Option Years. FOB � Destination This announcement will close on September 12, 2022 at 2:30 PM (EST). Contact Lisa Fielding by email at lisa.a.fielding.civ@us.navy.mil for questions regarding this notice. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Vendor's quote shall include price(s), a point of contact, name, email address, phone number, CAGE code, Manufacturer Part Number, business size under NAICS Code 511210, and payment terms. The Vendor's response must clearly indicate its capability to meet all specifications and requirements. ******End of Combined Synopsis/Solicitation*****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eafe30f5b000489b9d8ed90cd89c7c07/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN06452801-F 20220907/220905230115 (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.