Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
SPECIAL NOTICE

70 -- High Risk Entities - Supply Chain Intelligence

Notice Date
9/9/2024 11:43:04 AM
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
OFFICE OF NAVAL INTELLIGENCE WASHINGTON DC 20395-5720 USA
 
ZIP Code
20395-5720
 
Response Due
9/10/2024 6:00:00 AM
 
Archive Date
09/11/2024
 
Point of Contact
Crystalyn Gale, Phone: 3016691638
 
E-Mail Address
crystalyn.r.gale.civ@us.navy.mil
(crystalyn.r.gale.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Office of Naval Intelligence, Washington, DC, intends to procure via sole source firm fixed price contract to Strider Technologies, Inc., South Jordan, UT (small business), which is the owner of the proprietary platform which provides proprietary licenses and finished intelligence reports from Strider Technologies Inc. and will provide personnel with High Risk Entities support. This license and finished intelligence report(s) will allow personnel with the ability to identify entities engaging in activities and industries of interest. This notice is being published for information purposes only and is not a request for competitive quotations; however, any quotations received will be considered by the government. A determination by the government not to compete 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 Government is seeking a discount from the offeror's schedule prices pursuant to FAR 8.404(d). The following clauses and provisions apply to this RFQ. FAR Clauses: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-25 Prohibition on Contracting for Certain�Telecommunications and Video Surveillance Services or Equipment and DFARS Clause 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009), 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites ""Representation (DEVIATION 2021-O0003) (APRIL 2021),252.246-7008, ""Sources of Electronic Parts"" and DFARS 252.211-7003, ""Item Unique Identification and Valuation"" and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, offers must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically the following clauses cited are applicable to this solicitation: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, FAR 52.222-26, Equal Opportunity;; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41 Service Contract Act; and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires.. Also, the following clause applies: FAR 52.217-5 Evaluation of Options. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically the following clauses cited are applicable to this solicitation: DFARS 252.203-7001, DFARS 252.225-7001, and Buy American Act and Balance of Payment Program. Any questions regarding this requirement should directed to the point of contact the Contract Officer, Crystalyn Gale at Crystalyn.r.gale.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d6373f15a3e4f73916fbdf0c608847c/view)
 
Place of Performance
Address: Washington, DC 20395, USA
Zip Code: 20395
Country: USA
 
Record
SN07203144-F 20240911/240909230112 (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.