Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOLICITATION NOTICE

70 -- SKM Power Tools

Notice Date
6/21/2022 8:47:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N4523A22RC01LG3
 
Response Due
6/21/2022 10:00:00 AM
 
Archive Date
06/21/2023
 
Point of Contact
Steven Carlberg, Phone: 2074382422
 
E-Mail Address
steven.w.carlberg.civ@us.navy.mil
(steven.w.carlberg.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The RFQ number is N4523A22RC01LG3. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS DPN 20220428. 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/browse/index/far and https://www.acquisition.gov/dfars The NAICS code is 511210. The small business size standard is $41.5 Million. The Government intends to negotiate and award the resulted contract on a SOLE SOURCE basis to SKS Systems Analysis. See the attached Justification for Sole Source. This requirement is to provide Puget Sound Naval Shipyard & Intermediate Maintenance Facility with a firm-fixed-price order for Sole Source SKM Power Tools-Upgrade Software � The Required Delivery date of Date of Award + 1yr. List of Items Required: ITEM MANUFACTURER PART NUMBER DESCRIPTION QTY UNIT 0001 Upgrade License #112071 (DC Systems Pack (DAPPER, CAPTOR, Arc Flash Evaluation, DC Systems Analysis)-50 buses) from 50 buses to 300 buses. Include for 1-user A_Fault, Auto Coordination and Evaluation, Cable Ampacity, Equipment Evaluation and Unbalanced/Single Phase. 1 EA 0002 Upgrade License #112072 (DC Systems Pack (DAPPER, CAPTOR, Arc Flash Evaluation, DC Systems Analysis)-50 buses) from 50 buses to 300 buses. Include for 1-user A_Fault, Auto Coordination and Evaluation, Cable Ampacity, Equipment Evaluation and Unbalanced/Single Phase. 1 EA 0003 Combo Pack II (DAPPER, CAPTOR, Equipment Evaluation, TMS, Unbal Single Phase, Arc Flash Evaluation) for 300 buses and 1 user. Include for 1 user A_Fault, Auto Coordination and Evaluation, Cable Ampacity, DC Systems Analysis (Batt Sizing, LF, SC) and USB Standalone Key 1 EA Period of performance: 6/27/2022 � 6/26/2023 Place of performance: Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF) The following FAR provision and clauses are applicable to this procurement: 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 of 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 52.204-23 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Government�s Interest When Sub-contracting with Contractors Debarred, Suspended, or �Proposed for Debarment 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 52.212-2 Evaluation�Commercial Items 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 52.222-3 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 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order � 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident ������� Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Additional contract terms and conditions applicable to this procurement are: C-202-H001�������� ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018) C-202-H002�������� ADDITIONAL DEFINITIONS�ALTERNATE I (NAVSEA) (OCT 2018) C-204-H001�������� USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA)��� (OCT 2018) C-211-H018�������� APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-212-W002������� COMMERCIAL SUPPLIER AGREEMENTS (NAVSEA) (MAR 2019) C-215-H002�������� CONTRACTOR PROPOSAL (NAVSEA) (OCT 2018) C-223-N002�������� RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-223-H003�������� EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004�������� MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) C-227-H010�������� COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (JAN 2019) C-237-H001�������� SERVICE CONTRACT REPORTING (NAVSEA) (JAN 2021) C-239-W001������� ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) ACCESSIBILITY��������������������������������������������������������� STANDARDS/SECTION 508 COMPLIANCE (NAVSEA) (OCT 2018) C-242-H001�������� EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (OCT 2018) C-246-H001�������� EXTENSION OF COMMERCIAL WARRANTY (NAVSEA) (OCT 2018) C-247-H001�������� PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) E-246-H016�������� INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) E-246-H023�������� QUALITY REQUIREMENT FOR SOFTWARE DEVELOPMENT OR PRODUCTION (NAVSEA) (JAN 2019) E-246-W002������� CERTIFICATE OF COMPLIANCE (NAVSEA) (OCT 2018) F-211-W001������� PARTIAL DELIVERIES (NAVSEA) (OCT 2018) F-242-H001�������� CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) G-232-H002������� PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE������������������������������������ (NAVSEA) (JUN 2018) G-232-H005������� SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001������� GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND������������������������������������������� RESPONSIBILITIES (NAVSEA) (OCT 2018) G-242-H002������� HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) H-223-N001������� INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019) L-204-H003�������� NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) L-211-W003������� TECHNICAL PROPOSAL � SPECIFIC REQUIREMENTS � SUPERSEDING PART NUMBERS (NAVSEA) (OCT 2018) L-212-W001������� TECHNICAL PROPOSAL � SPECIFIC REQUIREMENTS � COMMERCIAL ITEMS (NAVSEA) (OCT 2018) L-212-W002������� PRICE PROPOSAL � SPECIFIC REQUIREMENTS � COMMERCIAL ITEMS (NAVSEA) (OCT 2018) M-215-H004������� BASIS OF AWARD (NAVSEA) (DEC 2018) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria. -Technical Acceptability (Authorized Reseller) - Price - Adherence to delivery schedule (The Contracting Officer reserves the right to award based on ability to meet the desired schedule) The Vendor is required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the addendum to FAR 52.212-1 and determine to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. If the Technical Submission does not meet the minimum requirements will be rated as �Unacceptable�, and will no longer be considered for award. System for Award Management (SAM): Vendor 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/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to Steven Carlberg, steven.w.carlberg.civ@us.navy.mil.� Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than June 10th, 2022 at 1:00 PM EST. ******* End of Combined
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c362373864224d00b85347b12ba6104e/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN06364146-F 20220623/220621230105 (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.