Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2023 SAM #7759
SOLICITATION NOTICE

70 -- SOLE SOURCE NOTICE - CAMEO SYSTEMS

Notice Date
2/22/2023 4:51:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660423Q0233
 
Response Due
3/1/2023 3:00:00 AM
 
Archive Date
03/16/2023
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Description
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order on a sole source basis to DS Government Solutions Corp. for the following Primary License Charge (PLC) and Annual License Charge (ALC) Contract Line Items (CLIN): CLIN 0001 - Cameo Systems Modeler - Architect Edition (Shareable), Qty 5 CLIN 0002 - Cameo Systems Modeler - Architect Edition (Nodelock), Qty 5 CLIN 0003 - Alf Plugin (Shareable), Qty 5 CLIN 0004 - Alf Plugin (Nodelock), Qty 5 CLIN 0005 - Cameo Concept Modeler Plugin (Shareable), Qty 5 CLIN 0006 - Cameo Concept Modeler Plugin (Nodelock), Qty 5 CLIN 0007 - Merge Plugin (Shareable), Qty 5 CLIN 0008 - Merge Plugin (Nodelock), Qty 5 CLIN 0009 - Cameo DataHub Plugin (Shareable), Qty 5 CLIN 0010 - Cameo DataHub Plugin (Nodelock), Qty 5 CLIN 0011 - Cameo Business Modeler Plugin (Shareable), Qty 5 CLIN 0012 - Cameo Business Modeler Plugin (Nodelock), Qty 5 CLIN 0013 - ParaMagic Plugin (Shareable), Qty 5 CLIN 0014 - ParaMagic Plugin (Nodelock), Qty 5 CLIN 0015 - Cameo Simulation Toolkit Plugin (Shareable), Qty 5 CLIN 0016 - Cameo Simulation Toolkit Plugin (Nodelock), Qty 5 CLIN 0017 - UAF Plugin (Shareable), Qty 5 CLIN 0018 - UAF Plugin (Nodelock), Qty 5 Period of Performance for all above CLIN shall be one (1) year from date of award, FOB Destination. Technical Point of Contact (TPOC) for digital products and key-codes will be provided at award. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable, the offeror must quote the required items in the required quantities. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The below clauses and provisions apply to this solicitation: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-1 Instructions to Offerors--Commercial ItemsFAR 52.212-2, Evaluation � Commercial Items FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial ItemsFAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The FAR may be accessed electronically at https://acquisition.gov/far/. The DFARS may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The available payment methods are Government Purchase Card (MasterCard) and payment via Wide Area Workflow (WAWF). If all unit prices are under $5,000.00/each, the Government preferred payment method is Purchase Card. If any unit price is over $5,000.00/each, or if the vendor quotes a charge for credit card payments, payment shall be made via WAWF. The following addenda or additional terms and conditions apply: DPAS Rating DO-C9 Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/ OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS: (1) Separate Firm Fixed Pricing for each CLIN (2) Point of Contact (including name, phone number and email address) (3) Contractor CAGE Code and/or DUNs Number (4) Confirmation that the contractor accepts MasterCard. (5) Confirmation of additional charges for credit card payments. If any Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da269252ffec45159f0fbb616b65a998/view)
 
Place of Performance
Address: Newport, RI 02841-1708, USA
Zip Code: 02841-1708
Country: USA
 
Record
SN06598623-F 20230224/230222230119 (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.