SOLICITATION NOTICE
70 -- MATHWORKS SOFTWARE
- Notice Date
- 1/2/2020 10:20:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334614
— Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
- Contracting Office
- NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
- ZIP Code
- 20375-5328
- Solicitation Number
- N00173-20-Q-0052
- Response Due
- 1/8/2020 1:00:00 PM
- Archive Date
- 01/09/2020
- Point of Contact
- Alvin Williams, Phone: 2024046786, Michelle R. Waters, Phone: 2027672243
- E-Mail Address
-
alvin.williams@nrl.navy.mil, michelle.waters@nrl.navy.mil
(alvin.williams@nrl.navy.mil, michelle.waters@nrl.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, Effective 13 Aug 2019 (updated with Class Deviation 2019-O0009) The associated North American Industrial Classification System (NAICS) code for this procurement is 334614, with a large business size standard of 1250. The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 7030. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase CAPITAL PURCHASE PROGRAM.���� All interested companies shall provide quotations for the following: ___X___ See Attached Inquiry of Availability ______ See Below Supplies: �Items must be brand name or equal in accordance with FAR 52.211-6. **FOB DESTINATION IS THE PREFERRED METHOD** Estimated Delivery Time: __________________ For FOB ORGIN, please provide the following information: FOB Shipping Point: _______________________ Estimated Shipping Charge: _________________ Dimensions of Package(s): ____________________ Shipping Weight: __________________________ The following provisions and clauses are hereby incorporated. Any provisions and clauses not applicable by their terms shall be self-deleting. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.� �The full text of DFARS provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm.� The following solicitation provisions apply to this acquisition: 1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 2. FAR 52.204-7, System for Award Management (Oct 2018) 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) � 3. FAR 52.212-1, ""Instructions to Offerors-Commercial Items"" (Oct 2018) a. FAR 52.212-1 has been tailored to include the following additional instructions: � This procurement is for new equipment ONLY, unless otherwise specifically stated.� No remanufactured or ""gray market"" items are acceptable. All equipment must be covered by the manufacturer's warranty. � Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions � Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. 4. FAR 52.212-3, ""Offeror Representations and Certifications-Commercial Items"" (Oct 2018) 5. FAR 52.225-18, Place of Manufacture (Aug 2018) 6. FAR 52.233-2, Service of Protest (SEP 2006) The Contracting Officer's address is: US Naval research Laboratory 4555 Overlook Avenue, S.W. Code 3400 Washington, DC 20375 ���� a. NRL also includes the following provisions that must be completed by the offeror: 1. FAR 52.209-5, Certification Regarding Responsibility Matters (OCT 2015) 2. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 3. FAR 52.222-25, Affirmative Action Compliance (APR 1984) 4. FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act ���������������������������� �Certificate Alternate III (MAY 2014) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov� in accordance with FAR 52.212-3, ""Offerors Representations and Certifications-Commercial Items."" If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 1. FAR 52.212-4, ""Contract Terms and Conditions-Commercial Items"" (Oct 2018) a. The following clauses are included as addenda to FAR 52.212-4: FAR 52.202-1, Definitions �(NOV 2013) FAR 52.203-3, Gratuities (APR 1984) FAR 52.203-6, - Restrictions on Subcontractor Sales to the Government (SEP 2006) Alt I (OCT 1995) FAR 52.203-12, Limitation of Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights� (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (MAY 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Exceeding $30,000 (OCT 2018) FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service And Construction Contracts (SEP 2013) FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) FAR 52.223-12, Refrigeration Equipment and Air Conditioners (JUN 2016) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.223-20, Aerosols (Jun 2016) FAR 52.223-21, Foams (Jun 2016) FAR 52.225-14, Inconsistency Between English Version and Translation of Contract (FEB 2000) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.245-1, Government Property �(Jan 2017) FAR 52.245-2, Government Property Installation Operation Services (APR 2012) FAR 52.245-9, Use and Charges (APR 2012) FAR 52.247-34, F.O.B Destination (NOV 1991) FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) 2. FAR 52.212-5, ""Contract Terms and Conditions Required to Implement Statutes or Executive Orders"" (Aug 2019) The following subparagraphs of FAR 52.212-5 are applicable: � Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56) 3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items (Revised December 21, 2018): DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7003, Agency Office of the Inspector General (AUG 2019) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.204-7013, Limitations on the Use or Disclosure of Information by Litigation Support Offeror (MAY 2016) DFARS 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors (MAY 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016) DFARS 252.211-7006, Passive Radio Frequency Identification (MAR 2018) DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012) DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (MAR 2018) DFARS 252.215-7007, Notice of Intent to Resolicit (JUN 2012) DFARS 252.215-7008, Only One Offer (JUL 2019) DFARS 252.219-7000, Advancing Small Business Growth (SEP 2016) DFARS 252.223-7004� Drug-Free Work Force (SEP 1988) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate � Basic (NOV 2014) �Alternate I (NOV 2014) DFARS 252.225-7001, Buy American Act and Balance of Payments Program � Basic (DEC 2017)� DFARS 252.225-7006, Acquisition of the American Flag (AUG 2015) DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013) DFARS 252.225-7013, Duty-Free Entry (MAY 2016) DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program � Basic (DEC 2017)������ �Exceeding $25,000, but is Less Than $191,000 DFARS 252.225-7037, Evaluation of Offers for Air Circuit Breakers� (DEC 2018) DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (DEC 2018) DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities�Representations (DEC 2018) DFA � Water Cooling System Tower � American Autoclave Company P/N: AAC-190716 to directly replace the existing cooling tower that is part of the American Autoclave (serial #12858). Inspection and Acceptance is to be at destination with delivery F.O.B. Destination: NSWC Crane, IN 47522-5001. Please reference delivery schedule in RFQ. The anticipated award date is January 6, 2020.� Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://www.sam.gov. � All changes to the requirement that occur prior to the closing date will be posted to Beta.sam.gov.� It is the responsibility of interested vendors to monitor theBeta.sam.gov site for amendments that may be issued to this solicitation.� For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Offers shall be e-mailed to mark.swartzentruber@navy.mil.� All required information must be received on or before 10:00AM EASTERN TIME.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/72e3e5e2f4cb4a17a17fc0fe566edc85/view)
- Place of Performance
- Address: Washington, DC 20375, USA
- Zip Code: 20375
- Country: USA
- Zip Code: 20375
- Record
- SN05526208-F 20200104/200102230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |