Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2023 SAM #7845
SOLICITATION NOTICE

70 -- EXata Base Network Emulation Software License Buy

Notice Date
5/19/2023 1:37:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134023Q0014
 
Response Due
6/5/2023 11:00:00 AM
 
Archive Date
06/20/2023
 
Point of Contact
Emily Sissons, Phone: 4073804947, Sarah Landers, Phone: 4073804561
 
E-Mail Address
emily.k.sissons.civ@us.navy.mil, sarah.landers@navy.mil
(emily.k.sissons.civ@us.navy.mil, sarah.landers@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 additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation N6134023Q0014 is issued as a Request for Quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://acquisition.gov/content/regulations. Inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2021-05. Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase to Keysight Technologies, Inc for EXata Software licenses as listed in Contract Line Item Number (CLIN) 0001 below; on a brand-name only / sole source basis as the only authorized supplier of the EXata software (see J&A, attachment 1). The Exata software brand is the only product that can meet the Government�s needs for the reasons stated in the attached J&A. This procurement is being solicited with an associated North American Classification System (NAICS) code of 513210 (Software Publishers) with a size standard of $47M. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The CLIN Breakout is as follows: CLIN 0001 � SN100EXBA/ EXata Base Network Emulation Software (supports up to 1000 entities) (From 31 July 2023 to 30 July 2024). SN100CYLA/ Cyber Library for EXata Software (From 31 July 2023 to 30 July 2024). SN100JNEA/ Joint Network Emulator Library for EXata Software (From 31 July 2023 to 30 July 2024). Delivery address is: NAWCTSD Orlando ATTN: Peter McCarthy 12211 Science Drive Orlando, Florida 32826-3224 The delivery date is 1 July 2023 with the license term being from 31 July 2023 to 30 July 2024. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply. This is a sole source action. The offeror(s) must submit a completed copy of the provision at FAR 52.212-3 Alternate I, Offeror Representation and Certifications-Commercial Items with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2018-O0021: Sep 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5(b) apply: 26, 27, 28, 30, 33, 48, 49, and 55. Additionally, the following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporation � Representation FAR 52.211-6 Brand Name or Equal FAR 52.212-3 Offeror Representations and Certifications--Commercial Products and Commercial Services FAR 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.246-2 Inspection Of Supplies--Fixed Price FAR 52.247-34, FOB Destination FAR 52-252-2, Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviations In Clauses The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: 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 252.204-7000 Disclosure Of Information DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American And Balance Of Payments Program-- Basic DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7010 Levies on Contract Payments DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration DFARS 252.225-7020, NIST SP 800-171 DoD Assessment Requirements DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7003 Notification of Potential Safety Issues DFARS 252.247-7023 Transportation of Supplies by Sea All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://acquisition.gov/content/regulations. � The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration.� More information can be found at www.gsa.gov/samupdate. No DPAS rating applies. Offers are due no later than 1400 US Eastern Standard Time on 05 June 2023. Quotes will be accepted by Contract Specialist, Emily Sissons via email at Emily.k.sissons.civ@us.navy.mil and Contracting Officer, Sarah Landers via email sarah.y.landers.civ@us.navy.mil. Responses must include at least the solicitation number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Emily Sissons, Contract Specialist, Emily.k.sissons.civ@us.navy.mil and Contracting Officer, Sarah Landers via email sarah.y.landers.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/162ed42d19ba4265a24737ffdc3abaa1/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN06689119-F 20230521/230519230113 (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.