Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOLICITATION NOTICE

70 -- Labview Software Purchase - Sole Source Notice -

Notice Date
4/11/2023 10:41:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-23-T-TB11
 
Response Due
4/14/2023 9:00:00 AM
 
Archive Date
04/29/2023
 
Point of Contact
Alan Tyler Bounds, Phone: 8506251117, Jamell L. Kilgore, Phone: 8506366039
 
E-Mail Address
alan.t.bounds.civ@us.navy.mil, jamell.l.kilgore.civ@us.navy.mil
(alan.t.bounds.civ@us.navy.mil, jamell.l.kilgore.civ@us.navy.mil)
 
Description
Subj: SOLE SOURCE JUSTIFICATION MEMORANDUM TO PROCURE LABVIEW SUBSCRIPTION THROUGH THE ENTERPRISE AGREMENT PROGRAM (Redacted) Identification of the agency and the contracting activity, and specific identification of the document as a �Sole Source Justification.� This is a sole source justification. Contracting activity is NSWC-PCD, Code 024, 110 Vernon Ave., Panama City, FL, 32407. Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to National Instruments (NI), 11500 N. Mopac Expressway, Austin, TX 78759 for the subscription listed in Paragraph 3. A description of the supplies or services required to meet the agency�s needs (including the estimated value). Part # Description Qty. BD340788 Enterprise Agreement Program Initial Period: APR 18, 2023 � APR 17, 2024 Contact Customer Service for Availability 1 Option Year 1 BD351968 Enterprise Agreement Program Option Period 1: APR 18, 2024 � APR 17, 2025 Contact Customer Service for Availability 1 Option Year 2 BD351968 Enterprise Agreement Program Option Period 2: APR 18, 2025 � APR 17, 2026 Contact Customer Service for Availability 1 This acquisition will be conducted using simplified acquisition procedures with a total estimated value greater than $25,000. The Government�s minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. This acquisition will be conducted using simplified acquisition procedures with a total dollar value above micro-purchase levels, but not exceeding the simplified acquisition threshold of $250,000.00. (Redacted) Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor�s unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c) - Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1. The Naval Surface Warfare Center Panama City Division (NSWC-PCD) currently uses LabVIEW software to perform data acquisition of various systems in support of time sensitive measurements. The software is required to communicate with National Instruments data acquisition equipment that the government currently owns. The services provided in the Volume Licensing Agreement contain elements that will not be honored if not directly contracted through NI. Sub-contractors will not be able to provide the same services that are being funded, including rapid service on all issues, consistent access to upgraded versions of LabVIEW software, training credits, software add-on access, and other critical services that require a direct relationship with National Instruments. As such, the government does not expect significant savings through competition and it is more advantageous to the Government to award on a sole source basis to NI. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government�s needs. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. For the reasons specified in paragraph 4 above, NI is the only source that can meet the Government�s needs. This requirement will be synopsized in the government point of entry sam.gov because it is estimated greater than $25,000.00. Any other facts supporting the justification. None. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, NI is the only source that can meet this requirement. ------------------------------------------------------------------------------------------------------------------------- All quotes submitted in response to this announcement shall be reviewed if submitted by the close date. Request for additional RFQ supporting documents must include capabilities statement, proof of past performance for similar work, and cage code. Email quotes to alan.t.bounds.civ@us.navy.mil on or before the closing date and time stated above. The Government will not accept late quotes. The Government will not accept quotes that are partial or incomplete Provide CAGE code and Lead time on your quote. Be able to invoice through Wide Area Workflow (WAWF). If shipping is not included in the price include a line item for shipping. **Review all Attachments Posted Prior to Submission of Quote**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cdcc4ae700ed47c78a74ba09b27624ac/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN06647335-F 20230413/230411230111 (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.