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 separate written
solicitation will not
be issued.
Competitive quotes are being requested under Request for Quote (RFQ) #
N66001-17-Q-
7773. The NAICS code applicable to this acquisition is 511210 and the small
business
size standard is 38.5 million. This procurement is a Total Small Business
Set-Aside.
Only quotes submitted by Small Business Concerns will be accepted by the
Government.
Any quote that is submitted by a non-Small Business Concern will not be
considered for
award.
THIS IS A BRAND NAME, DO NOT SUBSTITUTE REQUIREMENT
To be considered acceptable and eligible for award, quotes must provide all of
the items
and quantities listed below. The Government will not consider quotes or offers
for partial
items or quantities. Anticipated contract line items are as follows:
CLIN 0001 - FTK Standalone Perpetual License Accessdata Group Inc
P/N: 9901141
Qty: 10
POP: 30 SEP 17 TO 29 SEP 18
CKUB 0002 FTK Standalone Perpetual License 1 YR SMS
P/N: 9901143
QTY: 10
POP: 30 SEP 17 TO 29 SEP 18
Delivery date: 1 Week or Sooner ARO
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
SPAWAR Systems Center Pacific
ATTN: Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all
instructions to be
unacceptable and ineligible for contract award.
Quotes shall:
1. Include pricing for each individual unit and a total price in US Dollars
($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code,
business size and type of small business, and telephone and e-mail address of
an Offeror
point of contact:
3. Be submitted in electronic PDF or Excel format
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a contract to the lowest price
technically acceptable quote received in response to this solicitation. Any
quote evaluated
as unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20161222. It is the responsibility of
the
contractor to be familiar with the applicable clauses and provisions. The
clauses can be
accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following provisions apply to this acquisition:
52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998)
This solicitation incorporates on or more solicitation provisions by reference,
with the
same force and effect as if they were given in full text. Upon request, the
Contracting
Officer will make their full text available. The offeror is cautioned that the
listed
provisions may include blocks that must be completed by the offeror and
submitted with
its quotation or offer. In lieu of submitting the full text of those
provisions, the offeror
may identify the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation
provision may
be accessed electronically at this/these address: http://farsite.hill.af.mil/
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.204-17 Ownership or Control of Offeror (Jul 2016)
52.204-20 Predecessor of Offeror (Jul 2016)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-
Representation (Nov 2015)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law (Feb 2016)
52.212-1 Instructions to Offerors Commercial Items (Jan 2017)
52-212-3 Offeror Representations and Certifications Commercial Items
52-219-1 Small Business Program Representations
52-222-22 Previous Contracts and Compliance Reports
52-222-25 Affirmative Action Compliance
52.252-5 Authorized Deviations in Provisions (Apr 1984)
52-203-7005 Representation Relating to Compensation of Former DoD Officials
252-213-7000 Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval System-Statistical Reporting in Past Performance Evaluations
252.217-7026 Identification of Sources of Supply (Nov 1995)
252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992)
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec
2014)
52.212-4 Contract Terms and Conditions Commercial Items (Jan 2017)
FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders Commercial Items apply to acquisition and includes:
52.219-6 Notice of Total Small Business Set-Aside-Alt I (Nov 2011)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor Cooperation with Authorities and Remedies (Oct 2016)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug
2011)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management
(Jul
2013)
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-25 Prompt Payment (Jul 2913)
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec
2013)
52.233-1 Disputes (May 2014)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.247-34 F.O.B. Destination (Nov 1991)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
52.252-6 Authorized Deviations in Clauses (Apr 1984)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
(Sep
2011)
252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep
2013)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.204-7006 Billing Instructions (Oct 2005)
252.204-7011 Alternate Line Item Structure (Sep 2011)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
(Oct 2016)
252.223-7008 Prohibition of Hexavalent Chromium (May 2011)
252.225-7001 Buy American and Balance of Payment Program Basic (Dec 2016)
252.225-7048 Export-Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012)
252.232-7006 Wide Area Work Flow Payment Instructions (May 2013)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.243-7001 Pricing of Contract Modifications (Dec 1991)
252.244-7000 Subcontracts for Commercial Items (Jun 2013)
252.246-7008 Sources of Electronic Parts (Oct 2016)
This RFQ closes on Tuesday September 12, 2017 8:00 AM, Pacific Time. Questions
and
quotes must be uploaded on the SPAWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-
17-Q-
7773.
E-mail quotes or offers will not be accepted. Late quotes will not be accepted.
For e-
Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk
at 858-
537-0644 or
[email protected].
The point of contact for this solicitation is Lilia Cobian at
[email protected]. Please
include RFQ# on all inquiries. Questions may be addressed afterward at the
discretion of
the Government.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered
DUNS and CAGE Code.
Bid Protests Not Available