Federal Bid

Last Updated on 27 Jun 2022 at 6 PM
Solicitation
Bremerton Washington

Rslogix Maintenance Renewal

Solicitation ID N4523A22RC01OG3
Posted Date 27 Jun 2022 at 6 PM
Archive Date 29 Jun 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside 8(a) Sole Source (FAR 19.8)
Contracting Office Portsmouth Naval Shipyard Gf
Agency Department Of Defense
Location Bremerton Washington United states 98314

This Request for Quotation is for commercial items prepared in accordance with the procedures in FAR section 8.405, as supplemented with additional information included in this notice. This requirement is to provide Puget Sound Naval Shipyard & Intermediate Maintenance Facility with a firm-fixed-price order for Software Class Justification, Sole Source Rslogix Maintenance Renewal – The period of performance is 01 July 2022 to 30 June 2023 with a required delivery date of 01 July 2022. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE basis to North Coast Electric in accordance with FAR 6.302-1. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Change Notice 20220428. 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:

https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars

The NAICS code is 541519, and the small business size standard for this NAICS Code is $30.0 MIL.

*Reference Attachment:

  1. Required Document List
  2. Sole Source Letter

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

52.212-2           Evaluation - Commercial Item

52.212-4           Contract Terms and Conditions - Commercial Items

52.232-39         Unenforceability of Unauthorized Obligations

Additional DFARS contract terms and conditions applicable to this procurement are:

252.203-7000    Requirements Relating to Compensation of Former DoD

Officials

252.203-7002    Requirement to Inform Employees of Whistleblower Rights

252.204-7003    Control of Government Personnel at Work Product

252.204-7006    Billing Instructions

252.204-7008    Compliance with Safeguarding Covered Defense Information Controls

252.204-7009  Limitations on the Use or Disclosure of Third-Party

                       Contractor Reported Cyber Incident Information

252.204-7015 Notice of Authorized Disclosure of Information for Litigation

                       Support

252.213-7000 Notice to Prospective Suppliers on Use of Supplier

                       Performance Risk System in Past Performance Evaluations

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

252.225-7048    Export-Controlled Items

252.225-7031  Secondary Arab Boycott Of Israel

252.231-7000    Supplemental Cost Principles

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

252.232-7010    Levies on Contract Payments

252.243-7001    Pricing Of Contract Modifications

252.244-7000  Subcontracts for Commercial Items

252.247-7023 Transportation of Supplies by Sea

NAVSEA CLAUSES

C-202-H001                  ADDITIONAL DEFINITIONS–BASIC

C-204-H001                  USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES

C-211-H018                  APPROVAL BY THE GOVERNMENT

C-212-W002                 COMMERCIAL SUPPLIER AGREEMENTS

C-227-H010                  COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT

C-246-H001                  EXTENSION OF COMMERCIAL WARRANTY                                   

E-246-H016                  INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES

F-242-H001                  CONTRACTOR NOTICE REGARDING LATE DELIVERY

F-247-H004                  F.O.B. DESTINATION                                                                                    

G-232-H002                 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE

G-232-H005                 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING

G-242-H001                 H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES

52.212-2, Evaluation – Commercial Item is applicable to this procurement.

The Government will award a firm-fixed price Delivery Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  All quotes will be evaluated first for technical acceptability, and then the price quote for each technically acceptable quote will be evaluated for price reasonableness. The vendor shall adhere to the delivery schedule. Once all quotes are evaluated, the Government will make a best value determination. The Government will conduct a responsibility determination in accordance with FAR 9.1. An offeror who is not deemed responsible by the Government will not be eligible for award.

The following factors shall be used to evaluate quotes.

-Technical Acceptability

-Price

- Adherence to delivery schedule (The Contracting Officer reserves the right to award based on ability to meet the desired schedule)

The Vendor is required to submit a proposal that will be evaluated in accordance with the specifications provided in the solicitation and will be determined either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the proposal for all line items.

Technical Acceptability:

Rating: Acceptable

Description: A quoter must be an authorized reseller and submission shall clearly meet the minimum requirements of the solicitation

Rating: Unacceptable

Description: Not an authorized reseller. Submission does not clearly meet the minimum requirements of the solicitation

If the technical submittal is determined “Unacceptable”, it renders the entire proposal technically unacceptable.

If the Technical Submission does not meet the minimum requirements will be rated as “Unacceptable”, and will no longer be considered for award.

System for Award Management (SAM): Vendor 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:

The Vendor's proposal must be sent via Open Market.

Place of Performance: Puget Sound Naval Shipyard

Required Delivery Date:  7/1/2022 is required need date. Period of Performance is 7/01/22 – 6/30/23.

FOB – Destination

This announcement will close on 6/29/2022 at 1:00 PM (EST). Contact Steven Carlberg by email [email protected] for questions regarding this notice.  

The Government intends to evaluate proposals and award a contract without discussions with offerors.

Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

The Vendor's proposal shall include price(s), a point of contact, name, email address, phone number, CAGE code, technical specifications of units offered (brand, part number), business size under NAICS Code 541519, and payment terms. The Vendor's response must clearly indicate its capability to meet all specifications and requirements.

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Apr 2017 at 6 PM
Portland Oregon 20 Jun 2018 at 5 PM
Portland Oregon 01 May 2019 at 5 PM
Dahlgren Virginia 08 Aug 2018 at 8 PM
Philadelphia Pennsylvania 18 Jul 2019 at 1 PM

Similar Opportunities

Mechanicsburg Pennsylvania 25 Jul 2025 at 6 PM