Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2015 FBO #4844
SOLICITATION NOTICE

70 -- ADP Software

Notice Date
2/26/2015
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N00178-15-R-4244
 
Archive Date
6/30/2015
 
Point of Contact
Doritha Newman, Phone: 540-653-7078
 
E-Mail Address
doritha.newman@navy.mil
(doritha.newman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. Please feel free to use this site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial software 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. Synopsis/Solicitation N00178-15-R-4244 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Naval Surface Warfare Center, Dahlgren Division intends to procure the products listed below on a Sole Source basis from Teradyne Incorporated, 700 Riverpark Dr., North Reading, MA 01864-2634 in accordance with the Statutory Authority Permitting Other Than Full and Open Competition: 10 U.S.C. 2304(c) (1) and FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The resultant contract will be on a Firm Fixed-Price and issued under Federal Supply Schedule. The following is specifically required and substitutes will not be accepted. Item Description Part Number Qty. TPS Converter Studio Translation Software License Site License for TPS Converter Studio includes 3 weeks of applications time (P/Ns PS-042-00 & 777-464-42 x 3). Translator for L-Series (Program Guide 1.0 VX/3.2 or greater and AX2.02 or greater) : • Pre-processor to read L-Series text files • Post-processor to ANSI C language • CSHELL L-Series Applications Programming Interface • Site license for both translator and CShell (1 mile radius) Documentation: • User Documentation • L-Series Language Module Function Reference • Translation Tips Software Support Agreement for one year including: • Software and documentation updates • Access to Teradyne PS-042-00 1 High-Performance Analog Instrumentation Subsystem • High-density VXI C-Size instrument for high-performance operational and parallel test • (8) Multi-Function Analog (MFA) Tester-Per-Pin Channels • 200 MHz Timer/Counter (T/C) • 200 MS/s, 14-bit Arbitrary Waveform Generator (AWG) • 50 MS/s, 12-bit Digitizer • 6½ Digital Multimeter (DMM) • 2-Channel 1 GS/s Digital Sampling Oscilloscope (DSO) NOTES: Hardware Maintenance and Service Support for One Year: • One-year warranty on Teradyne manufactured PC boards • 90 days Advanced Replacement Service VXI Chassis: • Ai-76x hardware requires an integrated high-power VXI chassis such as the Teradyne 600-528-00 (5.7 KW C-Size) which supports up to 12 Ai-76x instruments Development Support: For first time integration of the Ai-760 in new or updated test systems, Teradyne recommends the following integration support items: • 093-403-00 Ai-760 Developer Cable Kit • 777-478-60 Ai-760 Startup Support Package Software: • Includes software license to use the AI-76x on the test system that includes this instrument and on stand alone computers used for program development at the same site as the instrument • If physical media is required order 601-196-00 Ai-760 System Software Media Kit Ai760-20 3 The following provisions/clauses are applicable to all Commercial Supplies over $150K 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employee Of Whistleblower Rights 52.204-2 Security Requirements 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation 52.209-10 Prohibition of Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - 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 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirement Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 (Representation relating to compensation of former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7048 Export-Controlled Items 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. [Subparagraph (a) of clause. 52.222-50 Alt I Combating Trafficking in Persons (22 U.S.C. 7104(g)) [Subparagraph (b) of clause. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note) 52.219-6 Notice of Total Small Business Set 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports Veterans (38 U.S.C. 4212) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (E.O. 13496). 52.223-18 Contractor Policy to Ban Text Messaging while Driving (E.O. 13513). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.247-34 F.o.b. Destination 52.249-2 Termination for Convenience of the Government (Fixed-Price) 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 52.212-3 alt 1 Offeror Representations and Certifications -Commercial Items Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 5 March 2015, no later than 2:00 p.m. (local NSWCDD time). Questions and responses regarding this synopsis/solicitation may be submitted by Email to doritha.newman@navy.mil or by FAX (540) 653-7276. Email or Fax should reference Synopsis/Solicitation Number N00178-15-R-4244 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-15-R-4244/listing.html)
 
Record
SN03653476-W 20150228/150226235318-9d0f36a3a36e76633cdb3503c6b7fdd4 (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 |
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.