Federal Bid

Last Updated on 15 Feb 2020 at 4 AM
Combined Synopsis/Solicitation
Newport Rhode island

Password Management Software

Solicitation ID N66604-20-Q-0463
Posted Date 20 Dec 2019 at 2 PM
Archive Date 14 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states 02841

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 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). Request for Quote (RFQ) number is N66604-20-Q-0463.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to procure Secret Server software licenses, on a Firm Fixed Price, Brand Name, no substitutions allowed, basis as follows:

CLIN 0001

Item Description: Secret Server Installed – Standard Support – 1 Year

  • Part #: SS-SPT-1YR
  • In support of RDT&E Environments
  • Period of Performance 12 February 2020 to 11 February 2021                                                                                                                                                                    

QTY: 30

CLIN 0002

Item Description: Secret Server Installed – Standard Support – 1 Year

  • Part #: SS-SPT-1YR
  • In support of NMCI Environments
  • Period of Performance 12 February 2020 to 11 February 2021                                                                                                                                                                    

QTY: 30

OPTIONS

CLIN 0003 

Item Description: Secret Server Installed – Standard Support – 1 Year

  • Part #: SS-SPT-1YR
  • In support of RDT&E Environments
  • Period of Performance 12 February 2021 to 11 February 2022                                                                                                                                                                    

QTY: 30

CLIN 0004

Item Description: Secret Server Installed – Standard Support – 1 Year

  • Part #: SS-SPT-1YR
  • In support of NMCI Environments
  • Period of Performance 12 February 2021 to 11 February 2022                                                                                                                                                                    

QTY: 30

F.O.B. Destination Newport, RI. 02841.

This requirement is being solicited as a total Small Business set-aside under North American Industry Classification System (NAICS) Code 511210. The Small Business Size Standard is $41.5 million. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs concurs with this determination.

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The Government will evaluate offers by adding the total price for options to the total price of the basic requirement. Evaluation of options does not obligate the Government to exercise the option(s). In order to be determined technically acceptable, (1) the offeror must provide the Brand Name items no substitutions allowed (see attached Brand Name Specification) in the specified quantities and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.

The provisions at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-3, Offeror Representations and Certifications – Commercial Items, apply 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. DFARS  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, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and 252.225-7031, Secondary Arab Boycott of Israel apply to this solicitation.

FAR 52.217-7 is applicable. The Contracting Officer may exercise the option(s) no later than 11 February 2021.

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.

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Incorporated provisions and clauses are those through the most current Federal Acquisition Circular.

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (“DPAS”) rating of DO-C9. In accordance with FAR 39.204(d), Section 508EIT, Accessibility Standards 36 C.F.R § 1194.21, 36 C.F.R § 1194.22, 36 C.F.R § 1194.31 and 36 C.F.R § 1194.41 applies to this solicitation. The contractor shall furnish items or services provided under this contract that comply with EIT Accessibility Standards (36 C.F.R. § 1194).

Electronic Payment through Wide Area Workflow (WAWF) will be used.

Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number.

Quotes shall be submitted electronically to Suzanne Morgera at [email protected] and must be received on or before Tuesday 7 January 2020 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Suzanne Morgera at email: [email protected].  

Bid Protests Not Available

Similar Past Bids

Tennessee Not Specified
Washington District of columbia 15 Sep 2015 at 9 PM
Location Unknown 31 Jan 2012 at 10 PM
Location Unknown 24 Jul 2003 at 5 AM

Similar Opportunities

Philadelphia Pennsylvania 08 Feb 2028 at 4 AM
Philadelphia Pennsylvania 08 Feb 2028 at 4 AM
Wright patterson air force base Ohio 10 Sep 2025 at 9 PM
Wright patterson air force base Ohio 10 Sep 2025 at 9 PM
Patrick air force base Florida 25 Apr 2029 at 3 AM