Federal Bid

Last Updated on 26 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Port hueneme California

IronHawk Engineering Support for SmartSync

Solicitation ID N63394-18-T-0151
Posted Date 06 Sep 2018 at 3 PM
Archive Date 26 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Port hueneme California United states
 

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information:

 

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

N63394-18-T-0151

Posted Date:

9/6/2018

Original Response Date:

9/11/2018

Current Response Date:

9/11/2018

Product or Service Code:

R425

Set Aside:

100% Small Business Set Aside

NAICS Code:

511210

 

Contracting Office Address:

NAVAL SURFACE WARFARE CENTER

PORT HUENEME DIVISION

4363 MISSILE WAY

PORT HUENEME, CA. 93043-4307

 

Delivery Address

 

NAVAL SURFACE WARFARE CENTER

PORT HUENEME DIVISION BLDG 435

4363 MISSILE WAY

PORT HUENEME, CA. 93043-43

Description:

 

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.

 

The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, IronHawk Technologies, Inc., Cage Code 7J3J2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.

 

The associated North American Industrial Classification System (NAICS) code for this procurement is 511210, with a small business size standard of $38.5.

 

This is an Intent to Sole Source.

 

The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking to purchase the following services.

 

•1.      IronHawk Engineering Support for SmartSync, Provide engineering support for the integration of SmartSync® with the Littoral Combat Ship Seaframe sub-systems. Engineering support shall include testing and deployment support, including maintaining software testing facilities, as well as software development support to maintain IA accreditation.,1 Lot. 

 

 

 

 

 

APPLICABLE SOLICITATION PROVISIONS

 

•·         FAR 52.204-7 System for Award Management.

•·         FAR 52.204-16 Commercial and Government Entity Code Reporting.

•·         FAR 52.204-17 Ownership or Control of Offeror.

•·         FAR 52.204-20 Predecessor of Offeror.

•·         FAR 52.204-22 Alternative Line Item Proposal.

•·         FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation.

•·         FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

•·         FAR 52.212-1 Instructions to Offerors-Commercial Items.

 

•·         FAR 52.212-2 Evaluation-Commercial Items.

As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:

 

.

(End of provision)

•·         FAR 52.219-1 Small Business Program Representations.

•·         FAR 52.222-22 Previous Contracts and Compliance Reports.

•·         FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.

•·         FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.

•·         FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.

•·         DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.

•·         DFARS 252.204-7004 Alternate A, System for Award Management.

•·         DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.

 

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.

 

 

APPLICABLE CONTRAT CLAUSES

 

•·         FAR 52.204-13 System for Award Management Maintenance.

•·         FAR 52.204-18 Commercial and Government Entity Code Maintenance.

•·         FAR 52.204-19 Incorporation by Reference of Representations and Certification.

•·         FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

•·         FAR 52.232-39 Unenforceability of Unauthorized Obligations.

•·         FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

•·         FAR 52.233-1 Disputes.

•·         FAR 52.212-4 Contract Terms and Conditions-Commercial Items.

•·         FAR 52.243-1 Changes-Fixed Price.

•·         FAR 52.247-34 F.o.b. Destination.

•·         FAR 52.252-2 Clauses Incorporated by Reference.

•·         DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

•·         DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.

•·         DFARS 252.204-7003 Control of Government Personnel Work Product.

•·         DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

•·         DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

•·         DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.

•·         DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

•·         DFARS 252.232-7006 Wide Area Workflow Payment Instructions.

•·         DFARS 252.232-7010 Levies on Contract Payments.

•·         DFARS 252.243-7001 Pricing of Contract Modifications.

•·         DFARS 252.244-7000 Subcontracts for Commercial Items.

•·         HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)

 

The following subparagraphs of FAR 52.212-5 are applicable:

 

•·         FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards.

•·         FAR 52.219-6 Notice of Total Small Business Set-Aside.

•·         FAR 52.219-28 Post Award Small Business Program Representation.

•·         FAR 52.222-3 Convict Labor.

•·         FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.

•·         FAR 52.222-21 Prohibition of Segregated Facilities.

•·         FAR 52.222-26 Equal Opportunity.

•·         FAR 52.222-36 Equal Opportunity for Workers with Disabilities.

•·         FAR 52.222-41 Service Contract Labor Standards.

•·         FAR 52.222-42 Statement of Equivalent Rates for Federal Hires.

•·         FAR 52.222-50 Combating Trafficking in Persons.

•·         FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

•·         FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

•·         FAR 52.233-3 Protest After Award.

•·         FAR 52.233-4 Applicable Law for Breach of Contract Claim.

 

 

Defense Priorities and Allocations System

 

This is not a rated order under the Defense Priorities and Allocations System

 

Additionally, please provide the following information:

 

CAGE Code:

 

Tax ID# (if applicable):

 

GSA Contract Number (if applicable):

 

Country Items are Manufactured:

 

Lead Time or Period of Performance:

 

Shipping Charges (if applicable):

 

Is your company the OEM or proprietary for these products?:

 

Company Size (large or small):

 

Do you have distributors (if applicable)?:

 

Are the items quoted available on a commercial, published, or on-line price listing?:

 

Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil):

 

Instructions for Offerors

 

Submission of quotes shall be received not later than 9/11/2018. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (Dexter Stallion) at [email protected]. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 9/11/2018. No questions will be accepted after 9/10/2018.

 

All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.

Bid Protests Not Available

Similar Past Bids

Center Kentucky 22 Aug 2018 at 3 PM
North dakota Not Specified
Port hueneme California 20 Sep 2018 at 9 PM
Port hueneme California 16 Aug 2018 at 11 PM
Pennsylvania 25 Dec 2020 at 5 AM

Similar Opportunities