SOLICITATION NOTICE
D -- GNAT Pro Enterprise Software
- Notice Date
- 5/9/2024 7:14:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0403
- Response Due
- 5/16/2024 11:00:00 AM
- Archive Date
- 05/31/2024
- Point of Contact
- Franklin Patton, Phone: 4018326525
- E-Mail Address
-
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
- Description
- 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. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-24-Q-0403. This requirement is being solicited as unrestricted. The North American Industry Classification System (NAICS) Code is 513210. The Small Business Size Standard is $47,000,000.00. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order to Ada Core Technologies, Inc. on a Sole Source basis in accordance with FAR 13.106-1(b). This notice of intent is not a request for competitive proposals.� A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.� All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Contract Line Item Number (CLIN) structure is identified below: CLIN 0001: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/VX6PPCWIN, Base Year. CLIN 0002: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/VXPPCWIN, Base Year. CLIN 0003: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/LNXARM64LNX, Base Year. CLIN 0004: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/X86WIN, Base Year. CLIN 0005: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/X8664LNX, Base Year. CLIN 0006: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-C++/X8664LNX, Base Year. CLIN 0007: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-C++/LNXARM64LNX, Base Year. CLIN 0008: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/VX6PPCWIN, Option Year 1. CLIN 0009: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/VXPPCWIN, Option Year 1. CLIN 0010: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/LNXARM64LNX, Option Year 1. CLIN 0011: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/X86WIN, Option Year 1. CLIN 0012: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/X8664LNX, Option Year 1. CLIN 0013: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-C++/X8664LNX, Option Year 1. CLIN 0014: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-C++/LNXARM64LNX, Option Year 1. CLIN 0015: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/VX6PPCWIN, Option Year 2. CLIN 0016: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/VXPPCWIN, Option Year 2. CLIN 0017: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/LNXARM64LNX, Option Year 2. CLIN 0018: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/X86WIN, Option Year 2. CLIN 0019: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-ADA/X8664LNX, Option Year 2. CLIN 0020: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-C++/X8664LNX, Option Year 2. CLIN 0021: Quantity of one (1) GNAT Pro Enterprise renewal, P/N: T25:ENT-C++/LNXARM64LNX, Option Year 2. The required Period of Performance (PoP) is one (1) base year and two (2) Option Years, beginning 29 June, 2024. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 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 Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax� 52.212-1, Instructions to Offerors Commercial Items� 52.212-3, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items The following DFARS clauses apply to this solicitation: 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, 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. 252.211-7003 Item Identification and Valuation� 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT), formerly known as Wide Area Workflow (WAWF)). In order to be determined technically acceptable: (1) the offeror must provide the required supplies in accordance with the above CLIN structure and specifications; (2) the Government may 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. 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� The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), and contractor CAGE code. A quote received after the closing date and time specified will be ineligible for award.� The quote may be submitted via email to the email address below and must be received on or before Thursday, 16 May 2024 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dcdeda7122e84ac8a641ae14b152d539/view)
- Record
- SN07058366-F 20240511/240509230044 (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 |