Federal Bid

Last Updated on 05 Dec 2019 at 5 PM
Combined Synopsis/Solicitation
Newport Rhode island

MasterControl Professional and Validation Services

Solicitation ID N66604-18-Q-1134
Posted Date 13 Feb 2018 at 6 PM
Archive Date 05 Dec 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states 02841
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-18-Q-1134.

The North American Industry Classification Systems (NAICS) code for this requirement is 511210. The Small Business Size Standard is $38.5 Million. This action is being processed on a unrestricted, sole source basis as concurred with by Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs.

NUWC Division Newport intends to purchase the following items on a Firm Fixed Price (FFP) basis:

CLIN 0001: QUANTITY of ONE (1) JOB MasterControl, Inc. Professional Services - Implementation and Project Management, P/N SRV300
CLIN 0002: QUANTITY of ONE (1) JOB MasterControl, Inc. Validation Services -
includes P/Ns: VALSRV100, VALSRV190, VALSRV180, VALSRV110 and VALSRV140

F.O.B. Destination: Newport, RI 02841-1708. The required delivery is electronic and will be scheduled within two (2) weeks of contract award. Offerors must include shipping costs in quotes, if applicable.

NUWCDIVNPT intends to purchase these items on a sole source basis from MasterControl, Inc. , 6350 S 3000 E STE 510 Salt Lake City, UT 84121-5953. The basis for determining the sole source is MasterControl, Inc. is the software developer and sole provider of MasterControl licenses and support services. The MasterControl, Inc. services are required to ensure a smooth upgrade of MasterControl software to version 11. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement in the future.

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.

The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation.

In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Payment will be via Wide Area Workflow.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

Additional terms and conditions:

Defense Priorities and Allocations System (DPAS) rating is DO-C9.

The following Section 508 standards apply:

X 36 C.F.R. § 1194.21 - Software applications and operating systems
36 C.F.R. § 1194.22 - Web-based and internet information and applications
36 C.F.R. § 1194.23 - Telecommunications products
36 C.F.R. § 1194.24 - Video and multimedia products
36 C.F.R. § 1194.25 - Self contained, closed products
36 C.F.R. § 1194.26 - Desktop and portable computers
36 C.F.R. § 1194.31 - Functional Performance Criteria
36 C.F.R. § 1194.41 - Information, Documentation, and Support

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.

Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNS number.

Quotes must be received on or before Friday, 16 February 2018 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Rosemary Shuman at [email protected].

 

 

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 11 Feb 2020 at 5 PM
Salt lake city Utah 28 Mar 2017 at 4 PM
Location Unknown 28 Feb 2017 at 10 PM
Location Unknown 03 Feb 2016 at 2 AM
Location Unknown 29 Aug 2016 at 1 PM

Similar Opportunities

Mechanicsburg Pennsylvania 18 Jul 2025 at 4 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Newport Rhode island 18 Jul 2025 at 6 PM
Philadelphia Pennsylvania 18 Jul 2025 at 8 PM