Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2022 SAM #7418
SOLICITATION NOTICE

D -- Wind River VxWorks Subscription

Notice Date
3/21/2022 10:30:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-22-Q-0279
 
Response Due
3/24/2022 11:00:00 AM
 
Archive Date
04/08/2022
 
Point of Contact
Kevin E. Silva, Phone: 4018323558
 
E-Mail Address
kevin.e.silva@navy.mil
(kevin.e.silva@navy.mil)
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will not be issued. This solicitation will be open for less than 30 days, in accordance�with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-22-Q-0279. �This Request for Quotation and subsequent order is being solicited as unrestricted, as concurred by the NUWCDIVNPT Office of Small Business Programs. The North American Industry�Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is 41,500,000.00 Employees. The Naval Undersea Warfare Center Division Newport intends to award a Firm Fixed Price�contract for a Wind River VxWorks Software Maintenance renewal in accordance with the�attached Brand Name Specification.� CLIN 0001: Wind River General Purpose Platform VxWorks Edition 6.9 Subscription, Node Locked, (Part Number: 535-186280), in accordance with License #88600, Quantity: 4. Quotes must come from Authorized Reseller Partners or the Original Equipment Manufacturer�(OEM) only; no third party reseller quotes will be accepted. �The required Period of Performance (POP) is 07/08/2022-07/07/2023. �F.O.B. Destination is Newport, RI 02841. �Offerors must�nclude shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. �The following provisions apply to this�solicitation: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax�Liability or a Felony Conviction; 52.212-1, Instructions to Offerors - Commercial Items; and�FAR 52.212-3, Offeror Representations and Certifications � Commercial Items. Clauses FAR 52.212-2 Evaluation � Commercial Item, 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 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. The�provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video�Surveillance Services or Equipment applies to this solicitation. DFARS 252.213-7000 Notice to�Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance�Evaluations, 252.204-7008 Compliance with Safeguarding Covered Defense Information�Controls, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reporter Cyber Incident Information, 252.204-7012 Safeguarding Covered Defense Information and�Cyber Incident Reporting, and 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. �The following addenda or additional terms and conditions apply: �Section 508 applies to this solicitation, see clause C-239-W001 below: C-239-W001 - ELECTRONIC AND INFORMATION TECHNOLOGY (EIT)�ACCESSIBILITY STANDARDS/SECTION 508 COMPLIANCE (NAVSEA) (OCT 2018)(a) Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for product(s)/service(s) procured under this�solicitation. �(b) Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: _X__ 36 C.F.R. � 1194.21 - Software applications and operating systems ____ 36 C.F.R. � 1194.22 - Web-based and internet information and applications _____ 36 C.F.R. � 1194.23 - Telecommunications products ____ 36 C.F.R. � 1194.24 - Video and multimedia products ____ 36 C.F.R. � 1194.25 - Self-contained, closed products ____ 36 C.F.R. � 1194.26 - Desktop and portable computers _X__ 36 C.F.R. � 1194.31 - Functional Performance Criteria _X__ 36 C.F.R. � 1194.41 - Information, Documentation, and Support (c) For more information on Voluntary Product Accessibility Template (VPAT) and Government�Product/Service Accessibility Template (GPAT) please refer to: http://www.buyaccessible.gov/�or http://www.section508.gov/content/sell/vpat. (d) The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does�not comply with the EIT Accessibility Standards, the Contracting Officer will notify the�Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the�nonconforming products or services with conforming products or services within the delivery�schedule contained in the contract, the Government will have the rights and remedies contained�in the basic contract. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far 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. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be�determined technically acceptable: (1) the offeror must quote the required items, meeting the�Brand Name Specification requirements; (2) the offeror must meet the required period of�performance; and (3) the Government will consider past performance information in accordance�with DFARS Provision 252.213-7000, where negative information within SPRS may render a�quote being deemed technically unacceptable. �Offerors shall include price (inclusive of shipping to Newport, RI 02841-1708) and the following additional information with submissions: point of contact (including phone number and email address), contractor CAGE Code, contractor DUNS, and GSA contract number, if applicable. Offers received after the closing date and time specified will be ineligible for award. �The quote shall be submitted via email to the POC provided below and must be received on or before Thursday, March 24, 2022, 2:00PM EST. Offers received after the�closing date are considered to be late and will not be considered for award. For information on this acquisition contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil or 401-832-3558.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb4997126465400281da640f0f00ee06/view)
 
Record
SN06273415-F 20220323/220321230058 (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.