Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOLICITATION NOTICE

D -- BroadVision QuickSilver Software Subscription Licenses Renewal

Notice Date
2/27/2025 7:44:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0267
 
Response Due
3/4/2025 11:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Debra Dube, Phone: 4018322281
 
E-Mail Address
debra.j.dube.civ@us.navy.mil
(debra.j.dube.civ@us.navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-25-Q-0267. This requirement is being solicited as unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) Code is 513210. The Small Business Size Standard is $47,000.000.00. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order to ESW Operations LLC. on a Sole Source basis in accordance with FAR 13.106-1(b). BroadVision QuickSilver Software Subscription Licenses were originally procured to support publication of the technical documentation suite and continued access by Intermediate Maintenance Activity (IMA) personnel to technical data for processing Heavyweight Torpedoes and is the only option that meets all of the government�s minimum requirements due to the unique status of legacy data being analyzed. These torpedo publications are maintained by the NUWCDIVNPT. Publication data must be technically accurate and available to the HWT IMAs located at Yorktown, Virginia; Pearl Harbor, Hawaii; Keyport, Washington and HMS, Sterling. Quicksilver is the only software compatible with the data file type and ensure the required structured version control. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below: CLIN 0001: BroadVision QuickSilver Software Subscription Licenses Renewal (1 April 2025 - 31 March 2026) ; ten (10) each Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), FAC 2025-03, effective 1/17/2025. The following FAR clauses and provisions apply to this solicitation: 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 Service or Equipment; 52.209-11, Representation by corporations Regarding Delinquent Tax; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, 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 Statues or Executive Orders Commercial Items; 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Drone Clause) Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far. The following DFARS clauses and provisions apply to this solicitation: 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 Information; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation; 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements (included if item is not a commercial off the shelf item); 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements (included if item is not a commercial off the shelf item); and 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government�s method of payment is via Wide Area Work Flow (WAWF). Offerors shall include price, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror�s CAGE Code and DUNS number, and the quote shall include a validity date of no less than 60 days from due date for receipt of offers. Active registration with the System for Award Management (SAM) is required prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/portal/public/SAM/. Instructions for registration are available at the website. Quotes shall be submitted electronically via email to Debra Dube at debra.j.dube.civ@us.navy.mil and must be received on or before 1400 on 4 March 2025 Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Debra Dube at debra.j.dube.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ccd572c736c44324bb62c8b00032741a/view)
 
Record
SN07355635-F 20250301/250227230037 (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.