Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOLICITATION NOTICE

70 -- MakaiPro Software and Maintenance

Notice Date
8/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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-2953
 
Archive Date
9/22/2018
 
Point of Contact
Kristina E. Michael, Phone: 4018325218
 
E-Mail Address
kristina.michael@navy.mil
(kristina.michael@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-2953. The North American Industry Classification Systems (NAICS) code for this requirement is 511210. The Small Business Size Standard is 38.5M dollars. This action is being processed on a sole source basis to Makai Ocean Engineering, Inc. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the sole source determination. NUWCDIVNPT intends to award a sole source, firm-fixed price contract to Makai Ocean Engineering, Inc. for the following: CLIN 0001: MakaiPlan Pro Software License, Quantity: 1 EACH. CLIN 0002 (Option 1): MakaiPlan Pro Software Maintenance, Quantity: 1 JOB. CLIN 0003 (Option 2): MakaiPlan Pro Software Maintenance, Quantity: 1 JOB. Makai Ocean Engineering, Inc. is the original equipment manufacturer (OEM) of the MakaiPlan Pro Software. As such, Makai Ocean Engineering, Inc. is the only vendor that is capable of delivering the MakiaPlan Pro software license and performing the required MakaiPlan Pro software maintenance. Without the MakaiPlan Pro Software NUWCDIVNPT cannot support ongoing undersea image design and installation projects. This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order 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 in the future. The required period of performance is as follows: CLIN 0001: Date of Contract Award through 31 December 2018 CLIN 0002 (Option 1): 1 January 2019 through 31 December 2019 CLIN 0003 (Option 2): 1 January 2020 through 31 December 2020 F.O.B. DESTINATION, Naval Station Newport, RI 02841. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If UID applies payment will be via WAWF/iRAPT, otherwise the Government's preferred method of payment is credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508: The procurement is exempt from EIT Accessibility Standards. This request for quote 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. Offers shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Quotes must be received on or before 07 September 2018 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Kristina Michael at Kristina.michael@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2953/listing.html)
 
Record
SN05064390-W 20180901/180830231433-95dc9695dfbc440046e9cd41f37b0948 (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.