Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOLICITATION NOTICE

70 -- General Purpose Information Technology Equipment

Notice Date
8/19/2020 1:43:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060420Q4063
 
Response Due
8/25/2020 12:00:00 AM
 
Archive Date
09/09/2020
 
Point of Contact
Kevin Young 808-473-7528 Kevin Young, kevin.g.young@navy.mil
 
E-Mail Address
kevin.g.young@navy.mil
(kevin.g.young@navy.mil)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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 NECO (https://www.neco.navy.mil/) and beta.SAM.gov . The RFQ number is N0060420Q4063. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08 and DFARS Publication Notice 20200605. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 511210 and the Small Business Standard is $41.5 Million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR Part 13 in conjunction with FAR 19.1406 (Sole Source Awards to Service-disabled Veteran-owned small Business Concerns). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract 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. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 PMTS __________________ Includes - Part #SW-MOD-30-02, Annual subscription for Program Management and Tracking System (PMTS) via Federal Risk and Authorization Management Program (FedRAMP) certified infrastructure, for United States Indo-Pacific Command (USINDOPACOM) J00CAG. Applications include functions that support a wide range of business activities including task, project, and program management and integration; scheduling; management of documents, manpower, training, certifications, logistics, maintenance, acquisition and finance; and reporting. PMTS applications and reports are configured to address unique client business requirements via embedded technical support. The API supports interoperability with other non-OPS applications. Delivery Date: 27-September-2020 and will be valid for twelve (12) consecutive months Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 (Other than Full and Open Competition) is applicable. Price will be evaluated in accordance with FAR 13.106-3(a). The following FAR and DFAR provisions and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered telecommunications Equipment or Services--Representation 52.209-6 Protecting Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items--Alternate I 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 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor � Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Representation Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.239-7018 Supply Chain Risk 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic This announcement will close at 12:00 PM (HST) on Tuesday August 25, 2020. Contact Kevin Young who can be reached at email kevin.g.young@navy.mil. System for Award Management (SAM). Quoters 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/. All quotes should include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc2c0f84a9d34d3a8f650eaeaceb71ba/view)
 
Record
SN05765865-F 20200821/200819230205 (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 |
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.