This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures. 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N6809313RC09545. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130617. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811213 and the Small Business Standard is $10 MIL.
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1). 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.
Sole Source provider is Nuance Communications, Inc., 1 Wayside Road, Burlington, MA 01803. Period of Performance will be 1 year ADC with two (2) twelve month option periods.
This supply/services action is for: Annual Maintenance for Nuance Dictaphone Enterprise Voice, Text and Speech Recognition system used at the Naval Hospital Camp Lejeune.
The required supplies are sole source to Nuance Communications, Inc. as they are the sole provider for maintenance on the equipment which has proprietary hardware and software elements.
The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 CCR
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 CCR Maintenance
52.212-1 Instructions to Offerors-Commercial Items (JUN 2008);
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009);
52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010);
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ââ¬âCommercial Items (JUL 2010),
The following clauses apply and are incorporated by reference:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-28 Post Award Small Business Program Rerepresentation
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.232-33 Payment by Electronic Funds Transfer - CCR
52.215-5 Facsimile Proposals
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.247-29 F.O.B.
Origin
52.252-2 Clauses Incorporated by Reference
Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A Central Contractor Registration
252.223-7008 Prohibition of Hexavalent Chromium
252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010),
The following clauses apply and are incorporated by reference:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.232-7003 Electronic Submission of Payment Requests
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.247-7023 Alt III Transportation of Supplies by Sea
252.232-7010 Levies on Contract Payments (DEC 2006)
252.232-7006 Wide Area Workflow Payment Instructions
The following clause is incorporated by full text;
5252.NS-046P Prospective Contractor Responsibility (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors.
No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractorââ¬â¢s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel.
Consideration of a prime contractorââ¬â¢s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Companyââ¬â¢s Financial Statement which includes Balance Sheet and Income Statement; and (2) Point Of Contact from their Bank or any financial institution with which they transact business.
All quotes shall include the requested items, with their unit prices, extended prices, and total price, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
This announcement will close at 12:00PM EST on Tuesday, June 25th, 2013. Contact Caitlin Dunlow who can be reached at (757) 443-1324 or email
[email protected] . Offers may be emailed to
[email protected] or faxed to (757) 443-1424 - Attention: Caitlin Dunlow, Code 240C, reference N6809313RC09545 on your proposal.
NAICS code is 811213, size standard $10 MIL. This proposed contract is sole source to Nuance Communications, Inc.
Bid Protests Not Available