This Request for Quote (RFQ) is for a commercial item prepared in accordance with the format in Subpart 8, as supplemented with additional information included in this notice. The solicitation number for this procurement is N0017420R0229. The anticipated award will be a Firm Fixed Price Contract. The award will be made based on price. This is a Brand Name Mandatory Requirement. Quotes will be due by 07 Aug 2020 at 9:00 AM EST.
DESCRIPTION:
STATEMENT OF WORK
For SIRSIDYNIX SYMPHONY SOFTWARE MAINTENANCE
The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is seeking a commercial firm fixed price contract for Maintenance on our existing SIRSI SYMPHONY software for a period of one year. The Technical Library has a requirement for annual Symphony Software Maintenance. The software is currently in use on a Secure Internet Protocol Router Network (SIPRNet) system and is Department of Navy (DON) Application & Database Management System (DADMS) (DADMS ID # 101757) approved.
2.0 SCOPE OF WORK
The contractor shall be authorized to sell SIRSI SYMPHONY software licenses and provide technical support as outlined below under the support section. Coverage includes maintenance on NSWC IHEODTD’s existing installation of Symphony library automation software (30-95000-110). The specific required maintenance support includes technical support for the following library automation software line items:
30-95000-110 Symphony
30-95000-500 Serials
30-95000-510 Acquisitions
30-95000-600 Cataloging
30-95000-610 Circulation
30-95000-100 Enterprise
30-95002-110 SirsiDynix PAC
30-95002-300 Portfolio Subscription
A. License Scope: NSWC IHOEDTD is in need of a non-exclusive, non-transferable license to use the SIRSI SYMPHONY software on a classified Secure Internet Protocol Router Network (SIPRNet) operating environment. NSWC IHEODTD will use this software for our own internal purposes, in accordance with the documentation provided with the Software, and as provided for under the terms of this Agreement.
B. Ownership and Use Rights: NSWC IHEODTD does not intend to (1) sell, license, lease, lend, loan or otherwise transfer possession of any physical object containing the Software to any person or entity, or otherwise distribute the Software, or use the Software as a part of a service bureau, Application Service Provider (ASP), or similar structure that allows third parties to use or benefit from the use of the Software, whether over the internet or otherwise; (2) copy, reformat, rearrange, excerpt or modify, disassemble, decompile, or otherwise reverse engineer all or any part of the Software for any purpose, except that You may make one copy of the Software for archival back-up purposes only; (3) remove any proprietary marks, disclaimers, legends, and copyright notices that appear in any copy of the Software or any portion thereof; or (4) download onto, copy onto or use each licensed copy of the Software on more than one personal computer or access device at any given time.
C. Duration: 1 year Period of Performance (POP)
D. Permitted Use: NSWC IHEODTD will be granted a non-exclusive non-transferable license to use on a classified Network.
E. Warranties: During the warranty period, all claims for defective goods or lost shipments shall be honored at no charge.
F. Support: Vendor will provide telephone and email Technical Support for the entire Service Life of the product during the hours of (7:00 AM to 3:00 PM U.S. Eastern Time) for its software and database products. Vendor will provide free software upgrades, patches, and fixes on all newly-licensed products for a grace period of one (1) year after the date of original license. Contractor will fix bugs and defects at no charge to the government throughout the duration of the POP.
The provider will not have access to the network for the purpose of technical support and therefore must provide a range of optional channels for support and communication of software questions and issues. These required channels include:
clearance.
Include in pricing (all shipping should be FOB Destination)
Shipping to:
NSWC IHEODTD
Receiving Office
2008 STUMP NECK RD
Bldg 2195
INDIAN HEAD MD 20640-5070
52.247-34, FOB Destination;
52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014).
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
52.222-50, Combatting Trafficking in Persons (Mar 2015).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013).
52.233-3, Protest After Award (Aug 1996).
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004).
252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011).
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013).
252.204-7003, Control of Government Work Product (Apr 1992).
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Deviation) 2016-O0001) (Oct 2015).
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation) 2016-O0001) (Oct 2015).
252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014).
252.225-7048, Export Controlled Items (Jun 2013).
252.232-7010, Levies on Contract Payments (Dec 2006).
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
Offer should be submitted and shall contain the following information:
SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICAPBLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS.
Failure to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration.
FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED.
Points of contact:
Contract Specialist/Administrator:
Marlene Ridgell Telephone: (301) 744-6617, Fax: FAX: 301-744-6632
E-Mail: [email protected]
IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation
2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website https://www.sam.gov
3) All Amendments, if applicable, must be acknowledged.
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) PLEASE SEND ALL OFFERS TO ALL POINTS OF CONTACT