SOLICITATION NOTICE
70 -- PREDATA-SUPPORTED CUSTOMIZATION AND LICENSE ACCESS
- Notice Date
- 9/11/2020 2:24:00 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
- N0060420Q4070
- Response Due
- 9/16/2020 12:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Rachel Tamashiro 8084697032
- E-Mail Address
-
rachel.tamashiro@navy.mil
(rachel.tamashiro@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 under FAR Part 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 beta.sam.gov. The RFQ number is N0060420Q4070. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07/Effective Date 08-31-2020 and DFARS Publication Notice 2020, June 05. 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. This requirement is unrestricted and will result in a Firm-Fixed-Price (FFP) order. The Small Business Office concurs with the sole source acquisition strategy. The NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001, QTY (3) EACH PREDATA FOCUS LICENSE Read-only, 12-month one-time license access. Licenses include initial training session, with follow-up support and training available. CLIN 0002, QTY (1) EACH PREDATA FOUNDATION LICENSE Read and write, 12-month annual license access. Licenses include initial training session, with follow-up support and training available. CLIN 0003, QTY (3) EACH PREDATA CUSTOM BUILT TOPICS Purpose-built Signals and Dashboards specified by CSWG stakeholders and scoped with Predata. License agreement shall begin upon the effective date of the anticipated purchase order, and extend for a period of 12-months. Estimated award date on or around 25 September 2020. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i). Interested persons may identify their interest and capability to respond to the requirement or submit a quote. This notice of intent is not a request for competitive proposals. However, all 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. Submission Requirements: The Quoter shall submit the unit price and total extended price of contract line item number (CLIN) 0001, 0002, and 0003. i. Non-certified cost and pricing data may be requested to validate fair and reasonable pricing. Basis of Award: The Government will award a purchase order resulting from the solicitation to the responsible Quoter whose quote is technically acceptable and is deemed fair and reasonable. To be deemed technically acceptable, the Quoter shall demonstrate their ability to meet the item specifications. See Attachment (2) for applicable FAR and DFARS provisions and clauses. This announcement will close at 1700 Hours Hawaii Standard Time (HST), on 16 September 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/744ca2e4f2e14077b0290a1b31d0287c/view)
- Place of Performance
- Address: USINDOPACOM PUBLIC AFFAIRS OFFICE (J01PA),BUILDING 700, CAMP H.M. SMITH, HI 96861, USA
- Zip Code: 96861
- Country: USA
- Zip Code: 96861
- Record
- SN05795226-F 20200913/200911230153 (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 |