Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
MODIFICATION

70 -- Altium Designer Commercial Licenses and Subscriptions

Notice Date
3/19/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-1398
 
Point of Contact
Jeffrey J Champlin, Phone: 4018324010
 
E-Mail Address
jeffrey.champlin@navy.mil
(jeffrey.champlin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. AMENDMENT ONE: T he purpose of amendment one is to correct the Title of the requirement. Due to a spelling mistake, the word "Commerical" has been corrected to "Commercial" in the Title. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-18-Q-1398. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for Altium Designer Perpetual Commercial Licenses and Subscriptions as outlined in table below. This is a brand name specific requirement (see attached justification); no substitutions allowed. CLIN Description Part No. Qty 0001 Altium Designer Perpetual Commercial License: Altium Designer Standalone Commercial Single Site 14-000-1-C 3 0002 Altium Designer Commercial Subscription: Altium Designer Standalone Commercial Singe Site (One Year Subscription in support of the Standalone Commercial Single Site License) 14-004-1-BC 3 Delivery for CLIN 0001: FOB Destination to: Newport, RI, 02841 (Please send via eDelivery and ship hard copy to FOB Destination: Newport, RI 02841) The required period of performance for CLIN 0002 is as follows: 04/09/2018 - 04/08/2019 This procurement is solicited on a competitive, unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38,500,000. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. 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 apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) The offeror must quote the brand name items (no substitutions allowed) specified in the required quantities; and (2) The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (now known as Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The following Section 508 standards apply: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems; 36 C.F.R. § 1194.31 - Functional Performance Criteria; and 36 C.F.R. § 1194.41 - Information, Documentation, and Support. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Payment method will be via Wide Area Work Flow (WAWF). Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Offers shall be submitted via electronic submission to Jeffrey Champlin at jeffrey.champlin@navy.mil. Offers must be received on or before 23 March 2018 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For questions on this acquisition, contact Jeffrey Champlin at jeffrey.champlin@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1398/listing.html)
 
Record
SN04860075-W 20180321/180319231855-5384075d23732f0bd89c88b05f997cda (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.