Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2018 FBO #6235
SOLICITATION NOTICE

70 -- WINDRIVER VXWORKS 653 SOFTWARE MAINTENANCE ANNUAL SUPPORT

Notice Date
12/17/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0042
 
Response Due
12/20/2018
 
Archive Date
1/4/2019
 
Point of Contact
LARRY CHRISTIA JR 619-556-7047
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). This solicitation is issued as a Request for Quotation (RFQ) and the RFQ number is N00244-19-Q-0042. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 20181204. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This is other than full and open competition (Justification attached). The NAICS Code is 511210 and the Small Business Standard is $38.5 Mil. The Fleet Logistics Center, San Diego (FLCSD), Contracts Department requests responses from qualified sources capable of providing maintenance software Wind River VX Works 653 licenses to rebuild existing Graphics Processing Module (GPM) software to match LMCO MH60RS software, floating 653 Workbench seats and the DO-178 Network Stack, per the CLINs listed in the SOW (Attachment 1). CLIN 0001 - SOFTWARE QTY: 1 U/I: GP Reference: 206120, 5-3-18 Object Code, Floating; Support and Maintenance. Part no. 535-103796. Wind River VxWorks 653 2.3.0.1 OEM License; Part no. 500-168209 Wind River VxWorks 653 Platform 2.3.0.1., Perpetual, Floating, Part no. 500-168211 Wind River DO-178B Network Stack 1.1.2 for VxWorks 653 2.3.0.1, Perpetual; Part no. 50-168204 Period of Performance: January 1, 2019 through December 31, 2019 CLIN 0002 - SOFTWARE QTY: 1 U/I: GP VxWorks 653 Platform 2.3.0.1, Part no. 500-168209 Part no. 535-107494. 500-168209 - Wind River VxWorks 653 2.3.0.1 OEM License. 500-168211 - Wind River VxWorks 653 Platform 2.3.0.1, Perpetual Floating, 500-168204 - Add WindRiver DO-178B Network Stack 1.1.2 for VxWorks 653 2.3.0.1, Perpetual. Period of Performance: January 1, 2019 through December 31, 2019 Refer to the Statement of Work (SOW) which is Attachment #1 Periods of Performance: January 1, 2019 through December 31, 2019 FOB is Destination IAW FAR 52.247-34 The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1 INSTRUCTIONS TO QUOTERS ”COMMERICAL ITEMS (JUN 2008) Contractors shall prepare a quote as set forth in Attachment #2 śInstructions to Quoters and the Data Submission Requirements section of this solicitation. ť FAR 52.212-2 Evaluation-Commercial items is applicable to this procurement. Please refer to Attachment #3 for more detail related to this procurement ™s evaluation criteria. 52.204-7 System for Award Management. Registered in SAM prior to award or performance; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) with the following clauses applicable to paragraph (b): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28 Post-Award Small Business Program; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Labor Standards; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards; 52.222-55 Minimum Wages Under Executive Order 13658 52.217-5 Evaluation of Options; 52.233-3 Protest after Award. 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.247-34 F.O.B. Destination; Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions Contract Terms and Conditions Required to Implement Statues; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law, 252.225-7036 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021Trade Agreements; 252.232-7010 Levies on Contract Payments; 252.237-7012 Instruction to Offerors (Count-of-Articles); 252.237-7014 Loss or Damage (Count-of-Articles); 252.237-7016 Delivery Tickets; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. ALL OF THE FOLLOWING PROVISIONS AND CLAUSES LISTED ABOVE ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/ It is the responsibility of the interested contractors to obtain copies of the necessary provisions and clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. QUOTATION SUBMISSION TIMEFRAME: This announcement will close at 12:00pm PST, 20 December 2018. Submit offers (quotes) via NECO or e-mail to: larry.christia@navy.mil, 619-556-7047 Do not send via U.S. Mail. System for Award Management (SAM). Contractor 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/. DATA SUBMISSION REQUIREMENTS: Contractors shall provide the following to support their quotation: (1) Technical narrative and other applicable related literature not to exceed (6) pages (in accordance with FAR 52.212-1-(b)(4); (1) copy (2) Past Performance Information per 52.212-2. (1) copy “ Attachment #4 (3) Pricing Data: Spreadsheet format acceptable that clearly outlines unit pricing, total pricing. (1) copy APPLICABLE ATTACHMENTS: 1. Statement Of Work (SOW) “ Attachment #1 2. 52.212-1 Instructions to Offerors “ Commercial Items (OCT 2015) - Attachment #2 3. 52.212-2 Evaluation-Commercial Items (OCT 2014) “ Attachment #3 4. Past Performance Information (PPI) Data Sheet - Attachment #4 End. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0042/listing.html)
 
Place of Performance
Address: FLEET READINESS CENTER SOUTHWEST P.O. BOX 357058 CODE 10.2.4, SAN DIEGO, CA
Zip Code: 92135
Country: US
 
Record
SN05176470-F 20181219/181217230028 (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.