Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SOLICITATION NOTICE

D -- iGate Software Upgrade Services

Notice Date
8/29/2023 11:24:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060423Q4083
 
Response Due
9/4/2023 8:00:00 AM
 
Archive Date
10/31/2023
 
Point of Contact
Carter Garrison 5029054838
 
E-Mail Address
richard.c.garrison.civ@us.navy.mil
(richard.c.garrison.civ@us.navy.mil)
 
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 found at FAR 13.5, 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 both SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060423Q4083. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication Change Date 07/20/2023. 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 541519 Other Computer Related Services and the Small Business Standard is $34 million. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or 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. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses or requested upgrades for the iGate messaging system. Sources capable of providing the service upgrades listed below in its entirety: Item No Supplies Services Quantity Unit Unit Price Total Price 0001 iGate Legacy Massage Manager Upgrade 1 Group In accordance with PWS Para 3.1 0002 iGate Date Time Group Upgrade 1 Group In accordance with PWS Para 3.2 0003 iGate SSN Search Upgrade 1 Group In accordance with PWS Para 3.3 0004 iGate Message Recall Upgrade 1 Group In accordance with PWS Para 3.4 0005 iGate 2 year Annual Maintenance Support Plan 1 Group In accordance with PWS Para 3.5 0006 (OPTION) iGate One Week On Site Training and 1 Each or Support In accordance with PWS Para 3.6 0007 (OPTION) iGate Two Week On Site Training and 1 Each or Support In accordance with PWS Para 3.7 Period of Performance Upgrades listed at CLINs 0001, 0002, 0003, and 0004 will be completed within 180 days after award Base Period: Two Year Annual Support Plan to begin ADC and optional CLIN 0006 and 0007 to be exercised within the 1st year of the contract. Submission Requirements Quoters shall include a detailed breakdown of their quoted price that includes any travel costs, labor rates, training costs, etc. in accordance with PWS Para 3.6 and 3.7. Additionally, quoters shall include a completed copy of 52.212-3 and its ALT I and 4.02 FAR 52.204-24 Reps Regarding Certain Telecommunications Oct 2020 with quotes. FAR 52.212-3 ALT I instructions: This form contains the information that is in your SAM registration, please scroll to page 4 section (2). If no update to your company�s information is needed, please type in NA Attachments: Attachment 1 Combined Synopsis Solicitation N0060423Q4083 and Redacted Sole Source Justification Attachment 2 PWS and Wage Determination 2015-5689 rev 20 Attachment 3 FAR 52.212-3 Alt I and FAR 52.204-24 - Reps Certain Telecom 2020 Attachment 4 DD254 Evaluation: Contractor shall provide a technically acceptable lowest price quote. Technical Acceptability will be rated on an acceptable or unacceptable basis based upon Contractor taking no exception to the PWS, being able to provide all upgrades, maintenance support, and optional on-site visits within the time periods required during the period of performance. Technical Acceptable/Unacceptable Ratings: Adjectival Rating Description: Acceptable Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum technical requirements of the solicitation. System for Award Management (SAM). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted electronically through SAM/NECO and Email. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This Combined Synopsis Solicitation will close at 11am HST on 04 September 2023. Contact Carter Garrison who can be reached at email richard.c.garrison.civ@us.navy.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2dc4095b41347abbda1cade8b6f3395/view)
 
Record
SN06810428-F 20230831/230829230059 (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.