Federal Bid

Last Updated on 05 Jun 2020 at 3 AM
Combined Synopsis/Solicitation
Portsmouth Virginia

NNS Accusoft Prizm Viewer

Solicitation ID N4215819RC90798
Posted Date 04 Jun 2019 at 2 PM
Archive Date 04 Jun 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Portsmouth Naval Shipyard Gf
Agency Department Of Defense
Location Portsmouth Virginia United states 23709
 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (www.fbo.gov).

The RFQ number is N4215819RC90798. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20190215. 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:

http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm.

The NAICS code is 541519. The small business size standard is $27.5 million. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE BASIS to Accusoft Corp, in accordance with both FAR 6.302-1 and FAR 19.1306. (See the attached Justification for Sole Source)

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

Norfolk Naval Shipyard requests pricing for the procurement of Accusoft Prizm Viewer Server Licenses and Support.

 

The following FAR provision and clauses are applicable to this procurement:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7 System for Award Management

52.204-9 Personal Identity Verification of Contractor Personnel

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance)

52.204-16 Commercial and Government Entity Code Reporting

52.204-17 Ownership of Control of Offeror

52.204-18 Commercial and Government Entity Code Maintenance)

52.204-19 Incorporation by Reference of Representations and Certifications

52.204-20 Predecessor of Offeror

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation

52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law

52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use

52.211-15 Defense Priority and Allocation Requirements

52.212-1 Instructions to Offerors - Commercial Items

52.212-2 Evaluation-Commercial Items

52.212-3 and its ALT I, 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 Statutes or Executive Orders- Commercial Items

52.217-7 Option for Increased Quantity -- Separately Priced Line Item

52.217-9 Option to Extend the Term of the Contract

52.219-6 Small Business Program Representation

52.219-28 Post Award Small Business Representation

52.222-3 Convict Labor

52.222-19 Child Labor-Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-5 Pollution Prevention and Right-to-Know Information

52.223-11 Ozone-Depleting Substances

52.223-18 Contractor Policy to Ban Text Messaging while Driving

52.225-13 Restriction on Foreign Purchases

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs

52.232-33 Payment by Electronic Funds Transfer-System for Award Management

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.242-15 Stop-Work Order

52.247-34 F.O.B. Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

52.252-6 Authorized Deviations in Clauses

52.253-1 Computer Generated Forms

Additional contract terms and conditions applicable to this procurement are:

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

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials

DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.204-7006 Billing Instructions

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

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

DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors

DFARS 252.211-7003 Item Unique Identification and Valuation

DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.225-7048 Export-Controlled Items

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 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Transportation of Supplies by Sea

Evaluation Criteria:

 

52.212-2 Evaluation--Commercial Items (Oct 2014)

(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.  

 

(1) TECHNICAL ACCEPTABILITY

Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.  

 

Technical Evaluation Ratings:

 

Rating: Acceptable

Description: Submission clearly meets the minimum requirements of the solicitation

Rating: Unacceptable

Description: Submission does not clearly meet the minimum requirements of the solicitation

 

If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.

 

(2) PRICE

The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days.

 

Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts.  Failure to submit the requested information may result in disqualification of the submitted quote.

 

System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

METHOD OF PROPOSAL SUBMISSION:

All quotes must be sent via email to [email protected].  Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms.  Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than 06/11/2019 at 4:00 pm EST.

******* End of Combined Synopsis/Solicitation ********

Bid Protests Not Available

Similar Past Bids

Portsmouth Virginia 24 Aug 2021 at 4 PM
Kittery Maine 24 Jul 2020 at 2 PM
J b p h h Hawaii 06 Apr 2021 at 7 PM
Portsmouth Virginia 09 Jul 2020 at 2 PM
J b p h h Hawaii 18 Jun 2025 at 1 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Georgia 16 Jul 2025 at 6 PM
Georgia 16 Jul 2025 at 6 PM