SOLICITATION NOTICE
70 -- Joint Region Marianas Elastic License Renewal
- Notice Date
- 5/17/2024 1:46:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
- ZIP Code
- 96322-1500
- Solicitation Number
- N6824624Q0071
- Response Due
- 5/20/2024 9:00:00 PM
- Archive Date
- 06/05/2024
- Point of Contact
- Rafael Eladio Battung, Phone: 6713395528, Jason Perez, Phone: 6713395526
- E-Mail Address
-
rafaeleladio.m.battung.civ@us.navy.mil, jason.q.perez.civ@us.navy.mil
(rafaeleladio.m.battung.civ@us.navy.mil, jason.q.perez.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for a commercial SAP requirement prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number is N6824624Q0071 and is being issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2023-02 This requirement is a Total Small Business Set-Aside. The associate NAICS code is 541519 - Other Computer Related Services and the small business size standard is $34,000,000.00. See attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). The Government requires a firm fixed price (FFP) type contract for the following: Quantity����� Description Three (3)����� Elasticsearch Federal Enterprise Resource Unit � 64GB � � � � � � � � � � �MFR PART#: SBF-ENT-ADV � � � � � � � � � � �License Term: 12 Months 06/01/2024 � 05/31/2025 Ten (10)������� Elasticsearch Flex Consulting Days � � � � � � � � � � �MFR PART#: SV-1D See attachment (1) � Statement of Work for the description of the requirements. A contract for the base period will be awarded for the quoter determined to be most advantageous to the Government, price and other factors considered in accordance with Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post-Award Small Business Program Rerepresentation (MAR 2023) 52.219-33 Non-Manufacturer Rule (SEP 2021) 52.222-3 Convict Labor (J+D324:Y324UN 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (NOV 2023) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.224-3 Privacy Training (JAN 2017) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The following additional clauses and provisions also apply to this requirement: Clauses: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (NOV 2023) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (AP4 2024) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (JAN 2023) 252.225-7021 Trade Agreements--Basic (OCT 2023) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.239-7018 Supply Chain Risk (DEC 2022) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.246-7003 Notification of Potential Safety Issues (JAN 2023) 252.246-7008 Sources of Electronic Parts (JAN 2023) Provisions: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (SEP 2023) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) 52.223-23 Sustainable Products and Services (MAY 2024) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.225-7020 Trade Agreements Certificate--Basic (NOV 2014) 252.239-7017 Notice of Supply Chain Risk (DEC 2022) There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d61b3b26b787494686ec1fbb19bddae1/view)
- Place of Performance
- Address: Piti, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN07068745-F 20240519/240517230050 (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 |