SOLICITATION NOTICE
D -- LICENSES FOR MIRAPOINT SYSTEM
- Notice Date
- 9/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018912T0382
- Response Due
- 9/10/2012
- Archive Date
- 9/25/2012
- Point of Contact
- GISELE CARTER 757-443-1359
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6,. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-12-T-0382. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120829. 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 these addresseswww.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334119 and the Small Business Standard is 1,000. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. CLIN: 0001 24 X 7 SYSTEM HARDWARE/SOFTWARE SUPPORT, 1 YEAR PN SPT 24 X 7 “YR SC12405 CLIN: 0002 24 X 7 SYSTEM HARDWARE / SOFTWARE SUPPORT, 1 YEAR PN SUP 24X7- YR SC8770 Delivery is 1 October 2012 to 30 September 2013; Delivery Location is ITSD, USNA, 290 Buchanan Road, Annapolis, MD 21403-5045 OR FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-99, Sam 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2012) 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Rier Subcontract Awards 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.209-6, Protecting the Government ™ interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers w/Disabilities (OCT 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sept 2010) 52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury.) 52.232-33, Payment by Electronic Funds Transfer-CCR (Oct 2003) 52.247-34, F.O.B. Destination 52.232-18/52.232-19. 52.252-2, Clauses Incorporated by Reference 252.203-7005, Representation Relating to compensation of Former DoD Officials (Nov 2011) 252.204-7003, Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt A CCRAlternate A Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.211-7003 Alt, Item Identificatin & Valuation DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.247-7023 (iv) Alt III (May 2002), Transportation of Supplies by Sea DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.232-7010, Levies on contracts and payments DFARS 5252.NS-046P, Prospective Contractor Responsibility "The notice of availability of funds issued pursuant to contract Clause 52.232-18/52.232-19 will be posted on the FLC Norfolk web page at http://www.navsup.navy.mil/navsup/ourteam/navsupgls/navsupflcn The contractor is reminded that the Government has no liability to pay for performance that occurs prior to the issuance of this notice". This announcement will close at 10:00 AM on 10 September 2012. You may contact Gisele Carter at 757-443-1359 or email Gisele.carter @navy.mil.. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0382/listing.html)
- Place of Performance
- Address: ITSD USNA
- Zip Code: 290 BUCHANAN ROAD, ANNAPOLIS, MD
- Zip Code: 290 BUCHANAN ROAD, ANNAPOLIS, MD
- Record
- SN02868058-W 20120907/120906000705-ad1f7a212b9c51528823341fa73ab0ba (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |