SOLICITATION NOTICE
70 -- PROPRIETAY TRUMPF SOFTWARE LICENSES
- Notice Date
- 5/30/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPMYM3-17-Q-6099
- Archive Date
- 11/30/2017
- Point of Contact
- MICHAEL R. SCHESSER, Phone: 2074381931
- E-Mail Address
-
MICHAEL.R.SCHESSER@NAVY.MIL
(MICHAEL.R.SCHESSER@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- THE GOVERNMENT, PORTSMOUTH NAVAL SHIPYARD, LOCATED IN KITTERY, ME HAS A REQUIREMENT FOR 3 TRUTOPS BOOST VER 4.3 TRUMPF SOFTARE LICENSES TO SUPPORT INSTALLED TRUMPF INDUSTRIAL PLANT EQUIPMENT. BECAUSE THE SOFTWARE MUST COME FROM THE OEM TO ENSURE COMPATIBILITY WITH THE EXISTING IPE, THE SBSA IS DISSOLVED AND THE PROCUREMENT IS SOLE SOURCE TO TRUMPF INC (65826). QUESTIONS REGARDING THIS PROCURMENT SHOULD BE ADDRESSED TO THE GOVERNMENT POC: MICHAEL "MIKE" SCHESSER TEL: 207-438-1931 EMAIL: MICHAEL.R.SCHESSER@NAVY.MIL SPMYM3-17-Q-6099: JLM: 71254001 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and Subpart 12.6, as supplemented with the additional information included in this notice. 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is SPMYM3-17-Q-6099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94 and DFARS Change Notice 20161222. 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 addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 334614. The SBA Size Standard for NAICS Code 334614 is 1,250 Employees. The Trumpf Trutops Boost Ver 4.3 Software Licenses being procured here is being restricted to Trumpf Inc. the OEM as they are the only ones who can assure the compatibility of the required software with the currently in place and installed Trumpf Industrial Plant Equipment it is designed to operate with. Consequently, the 100% SBSA is dissolved, and award will be "All or None". ITEM: NOMEN: U/I: QTY: CLIN 0001 Software Licenses, EA 01 Trutops Boost Ver 4.3, supports Trumpf laser and press brake. 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: 52.204-7, System for Award Management (Oct 2016) 52.204-13, SAM Maintenance (Oct 2016) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) 52.211-15, Defense Priority and Allocation Requirements (April 2008) 52.211-17 -- Delivery of Excess Quantities (Sep 1989) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Jan 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2017) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) (Jul 2013) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-22, Previous Contracts & Compliance Reports (Feb 1999) 52.222-25, Affirmative Action Compliance (Apr 1984) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) (Sept 2016) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997) 52.223-11, Ozone-Depleting Substances (Jun 2016) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (Jul 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-15, Stop-Work Order (Aug 1989) 52.246-1, Contractor Inspection Requirements (Apr 1984) 52.247-34, F.O.B. - Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 52.253-1 -- Computer Generated Forms (Jan 1991) Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional clauses and provisions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Oct 2016) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012, Safeguarding of Unclassified Technical Information (Oct 2016) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001, Buy American Act & Balance of Payments Program (Dec 2016) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2016) DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.239-7018, Supply Chain Risk (Oct 2015) DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (June 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) DLAD 52.211-9000, Government Surplus Material DLAD 52.211-9014, Contractor Retention of Traceability Documentation DLAD 52.233-9001, Disputes; Agreement to Use Alternative Disputes Resolution DLAD 52.246-9039, Removal of Government Identification from Non-Accepted Supplies DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material The following Local Instructions apply: Additional Information (WAWF) Mercury Control (Supplies) Specification Changes Marking of Shipments Preparations for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection & Acceptance (Destination) Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard Copies of the above local instructions are available upon request This announcement will close at 01:00 PM ET on June 2, 2017. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or email Michael.r.schesser@navy.mil. Oral communications are not acceptable in response to this notice. Evaluation The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price Any deviations from the specifications must be clearly marked on the quote. System for Award Management (SAM): Vendor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Potential contractors will be screened for responsibility in accordance with FAR 9.104 METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via fax (to 207-438-1251) or email (to michael.r.schesser@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS, Tax ID Number, business size under NAICS Code 334614, shipping terms, the payment terms and the preferred method of payment (GCPC / Wide Area Work Flow). Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-17-Q-6099/listing.html)
- Place of Performance
- Address: PORTSMOUTH NAVAL SHIPYARD, BEAUMONT ST, BLDG 170, ATTN: RECEIVING OFFICER // CODE 501.2, KITTERY, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN04526184-W 20170601/170530235235-c47efd164bfa3b5f699b5f1d79c89bc4 (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 |