PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-19-Q-1701.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the Diagnosys Systems, Inc. TestVue Software Licenses and Maintenance Support as outlined in the table below:
CLIN |
Description |
Part No. |
Qty |
0001 |
Diagnosys Systems, Inc. TestVue Software Licenses and Maintenance Support for 24 months |
TVUE-SWLS-V90+24 |
90 |
This procurement is for software licenses and maintenance support that is proprietary to Diagnosys Systems, Inc. whom is the sole owner and developer of the software, including all software maintenance and support. As such, this requirement will be awarded to Diagnosys Systems, Inc. on a sole source basis; no substitutions allowed.
This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.
This procurement is solicited on an unrestricted, sole source basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38,500,000.
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The provision at FAR 52.209.11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law and FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The provisions at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with FAR 39.204(d), an exception to Section 508 EIT Accessibility Standards applies.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/.
Delivery: FOB Destination to:
NUWCDETFEONOR
Portsmouth, VA 23702
(For electronic push, please send via eDelivery to [email protected])
Payment method will be via Wide Area Workflow (WAWF).
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and offeror CAGE Code. Offers shall be submitted via electronic submission to Jeff Champlin at [email protected].
Offers must be received on or before 02 May 2019 at 1400 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For information on this acquisition, contact Jeff Champlin at [email protected].