Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2024 SAM #8202
SOLICITATION NOTICE

70 -- INVS Gold Services FLIR Latitude Software - Renewal

Notice Date
5/10/2024 10:53:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
52800PR240000886
 
Response Due
5/21/2024 8:00:00 AM
 
Archive Date
05/22/2024
 
Point of Contact
Brianna Riffle, Phone: 7034175595, Mark Rushing, Phone: 7034175596
 
E-Mail Address
Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil
(Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote RFQ # 52800PR240000886 Contracting Office: Responses Due: Total Small Business Set-Aside Brand Name Only requirement � No substitutions This is a combined synopsis solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued. The solicitation number is 52800PR240000886 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for INVS Gold Service FLIR Latitude software licensing maintenance support. Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far. The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 541519 - Other Computer Related Services. The size standard for this NAICS is $34M. Product Service Code is: 7A21 - IT and Telecom�Business Application Software (Perpetual License Software). The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to procure INVS Gold Service FLIR Latitude software licensing maintenance support to be renewed for the period of 07/01/2024 � 06/30/2025 to monitor vessel traffic and provide advisories to vessels in transit or anchorage in key waterways. Line item 0001: QTY - 1, UNIT - EA, PART NUMBER - SSA-GLD-1YR-RN, DESCRIPTION - FLIR Gold- Direct Software Service Agreement 1 year. Bundled video and failover channels. Line item 0002: QTY - 245, UNIT - EA, PART NUMBER - SSA-C-GLD-CH, DESCRIPTION -�FLIR Gold � Direct Software Service Support per video channel. Line item 0003: QTY � 239, UNIT � EA, PART NUMBER - SSA-C-GLD-FOR, DESCRIPTION - FLIR Gold � Software Service Support per failover video channel. See �Attachment 1 � Requirements Document� for more details. Period of Performance: 1 July 2024 � 30 June 2025 Consignee and Destination: USCG Command, Control, Communications, Computers, Cyber and Intelligence Service Center (C5ISC), 408 Coast Guard Drive, Kearneysville, WV 25430. Solicitation Response Due: On or Before 11 a.m. ET of 21 May 2024 � A response to the solicitation is due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Mark Rushing, Mark.A.Rushing@uscg.mil. Award will be made to the LOWEST-PRICE technically acceptable quote. This is a total Small Business set-aside. This is a Brand Name Only requirement. The purchase order resulting from this solicitation will be issued as a FIRM-FIXED PRICE award. The Government plans to award a single purchase order for the entire requirement without exchanges with Offerors. However, the Government reserves the right to enter exchanges if deemed necessary by the Contracting Officer. The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it will be removed from the evaluation process and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop. All applicable FAR Provisions and Clauses are attached via �Attachment 3: FAR Clauses and Provisions.�� Please be sure to acknowledge the Provisions and Clauses in your response - changes or concerns regarding specific clauses should be addressed in your response or prior to. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. The Government reserves the right to cancel this solicitation at any time. This solicitation includes the following attachments: Attachment 1: Requirements Document Attachment 2: Brand Name Justification Attachment 3: FAR Clauses and Provisions Attachment 4: Electronic Submission of Payment Requests (invoicing instructions for the United States Coast Guard).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/844f8a662222450195770d445bdba866/view)
 
Place of Performance
Address: Kearneysville, WV 25430, USA
Zip Code: 25430
Country: USA
 
Record
SN07060368-F 20240512/240510230045 (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.