SOLICITATION NOTICE
D -- Microsoft Premier Support for Navy Shipyards
- Notice Date
- 12/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010413QQ095
- Response Due
- 12/7/2012
- Archive Date
- 12/22/2012
- Point of Contact
- Eric Ireland 717-605-1450
- Small Business Set-Aside
- N/A
- Description
- RFQ N00104-13-Q-Q095 This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The attached sole source justification covers the negotiation and issuance of a sole source contract to Microsoft, One Microsoft Way, Redmond, WA 98052. Solicitation N00104-13-Q-Q095 is issued as a Request for Quotation (RFQ). The North American Industry Classification Systems (NAICS) code for this requirement is 541519 with a size standard of $25.5 million. This requirement is issued on an unrestricted basis. A firm fixed price purchase order will be issued. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation provides the most advantageous price to the Government. Services in accordance with the attached Performance Work Statement (PWS) for the Portsmouth, Norfolk, Puget Sound, and Pearl Harbor Naval Shipyards: 0001, Task 1 - Proactive Services; 0002, Task 2 “ US Problem Resolution Support; 0003, Task 3 “ TechNet Single User Subscription; 0004, Task 4 “ Onsite Visit. The period of performance is from 21 December 2012 to 20 April 2013 with one, one-year option. All support work shall be done virtually; however, onsite support will be provided on an as needed basis at the following locations: Portsmouth Naval Shipyard, Kittery, ME 03904; Norfolk Naval Shipyard, Portsmouth, VA 23709; Puget Sound Naval Shipyard Bremerton, WA 98314; Pearl Harbor Naval Shipyard, Pearl Harbor, HI 96860. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-62 effective 20 Nov 2012 & current to DPN 20121116. A completed copy of FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items shall be provided with the quotation. The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: - FAR 52.212-1, Instructions to Offerors - Commercial Items - FAR 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. Clause 52.212-5 further incorporates the following: 52.203-3, 52.203-6 Alt 1, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.222-40, 52.223-18, 52.225-13, 52.232-33 and 52.239-1. - FAR 204-2 Security Requirements - FAR 52.204-99 System for Award Management Registration (DEVIATION) - FAR 52.217-5 Evaluation of Options - FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item - FAR 52.217-9 Option to Extend the Term of the Contract - DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 252.203-7000, 252.205-7000, 252.225-7012, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.237-7010, 252.243-7002, and 252.247-7023. - DFARS 252.201-7000 Contracting Officer ™s Representative - DFARS 252.204-7000 Disclosure of Information - DFARS 252.204-7003 Control of Government Personnel Work Product - DFARS 252.204-7005 Oral Attestation of Security Responsibilities - DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country - DFARS 252.232-7010 Levies on Contract Payments - SUP 5252.237-9400 Personnel Substitution (JAN 1992) is attached - NAVSUPWSSHA06 Navy Use of AbilityOne Support Contractor/Release of Offeror Information (MAY 2012) is attached A Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Contractor ™s response to this solicitation constitutes agreement to "issue" contractual documents as detailed herein. Responses to this synopsis must be received no later than 2:00 P.M. Eastern Standard Time on Friday, 7 December 2012 and shall be sent via email to eric.ireland@navy.mil. Questions should be directed to Eric Ireland via email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010413QQ095/listing.html)
- Record
- SN02940917-W 20121205/121203234002-d86caef83b9cdd5e5ebb6aa70b56c36f (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 |