Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOLICITATION NOTICE

D -- Thycotic Software

Notice Date
12/20/2021 12:19:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422Q0084
 
Response Due
1/7/2022 11:00:00 AM
 
Archive Date
03/30/2022
 
Point of Contact
ashley blaess, Phone: 4016622803
 
E-Mail Address
ashley.a.blaess.civ@us.navy.mil
(ashley.a.blaess.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 in this notice. This announcement constitutes the only solicitation; quotations 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 Quote (RFQ) number is N66604-22-Q-0084. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to procure Secret Server software licenses, on a Firm Fixed Price, Brand Name, no substitutions allowed, basis as follows: CLIN Item Description Qty 0001 Secret Server Installed � Standard Support Renewal � 1 Year Part #: SS-SPT-1YR In support of RDT&E Environments Period of Performance 12 February 2022 to 11 February 2023�������������������������������������������������������������������������������������������������������������������������������������� ������������������������������ 40 0002 Secret Server Installed � Standard Support Renewal � 1 Year Part #: SS-SPT-1YR In support of NMCI Environments Period of Performance 12 February 2022 to 11 February 2023�������������������������������������������������������������������������������������������������������������������������������������������������������������������� 40 OPTIONS CLIN Item Description Qty 0003 Secret Server Installed � Standard Support � 1 Year Part #: SS-SPT-1YR In support of RDT&E Environments Period of Performance 12 February 2022 to 11 February 2023����������������������������������������������������������������������������������������������������������������������������������������� ��������������������������� 40 0004 Secret Server Installed � Standard Support � 1 Year Part #: SS-SPT-1YR In support of NMCI Environments Period of Performance 12 February 2022 to 11 February 2023�������������������������������������������������������������������������������������������������������������������������������������������������������������������� 40 F.O.B. Destination Newport, RI. 02841. This requirement is being solicited as a total Small Business set-aside under North American Industry Classification System (NAICS) Code 511210. The Small Business Size Standard is $41.5 million. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The Government will evaluate offers by adding the total price for options to the total price of the basic requirement. Evaluation of options does not obligate the Government to exercise the option(s). In order to be determined technically acceptable, (1) the offeror must provide the Brand Name items no substitutions allowed (see attached Brand Name Specification) in the specified quantities and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The provisions at FAR 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, 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-3, Offeror Representations and Certifications � Commercial Items, apply 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. DFARS� 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and 252.225-7031, Secondary Arab Boycott of Israel apply to this solicitation. FAR 52.217-7 is applicable. The Contracting Officer may exercise the option(s) no later than 11 February 2023. This solicitation 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. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Incorporated provisions and clauses are those through the most current Federal Acquisition Circular. The following addenda or additional terms and conditions apply: In accordance with FAR 39.204(d), Section 508EIT, Accessibility Standards 36 C.F.R � 1194.21, 36 C.F.R � 1194.22, 36 C.F.R � 1194.31 and 36 C.F.R � 1194.41 applies to this solicitation. The contractor shall furnish items or services provided under this contract that comply with EIT Accessibility Standards (36 C.F.R. � 1194). Electronic Payment through Wide Area Workflow (WAWF) will be used. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes shall be submitted electronically to Ashley Blaess at ashley.a.blaess.civ@us.navy.mil and must be received on or before Friday 07 January 2022 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Ashley Blaess at email: ashley.a.blaess.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd5e40c40f5b4e498cf770eb367b8168/view)
 
Place of Performance
Address: Washington, DC 20036, USA
Zip Code: 20036
Country: USA
 
Record
SN06201344-F 20211222/211220230110 (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.