Federal Bid

Last Updated on 16 Nov 2021 at 5 PM
Combined Synopsis/Solicitation
Newport Rhode island

Siemens’ PLM NX software

Solicitation ID N66604-22-Q-0051
Posted Date 16 Nov 2021 at 5 PM
Archive Date 04 Dec 2021 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

Naval Undersea Warfare Center Division Newport (NUWCDIVNPT)

N66604-22-Q-0051

This action is being processed as a 100% small business set-aside basis under the applicable North American Industry Classification Systems (NAICS) code 511210. The Small Business Size Standard is $41.5M. NUWCDIVNPT Office for Small Business Programs concurs with the 100% small business set-aside determination.

NUWCDIVNPT intends to purchase Siemens brand name items as listed in “Attachment #2”, no substitutions, on a firm-fixed-price basis.

Offerors shall quote new condition, Siemens brand name items (no substitutions) in accordance

with the redacted attachment: “Attachment #1”. Additionally, offerors shall review, complete and submit “Attachment #3”.

F.O.B. Destination, Newport, RI 02841-1708. Period of Performance is 12/01/2021 through 11/30/2022.

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this solicitation:

-FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”

-FAR 52.204-24, “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.”

-FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.”

-FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”

-FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony

Under any Federal Law.”

-FAR 52.212-1, “Instructions to Offerors – Commercial Items.”

-FAR 52.212-2, “Evaluation – Commercial Items.”

-FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”

-FAR 2.212-4, “Contract Terms and Conditions – Commercial Items."

-FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive

Orders – Commercial Items.”

-DFARS 252.204-7008, “Compliance with Safeguarding Covered Defense Information Controls.”

-DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”
-DFARS 252.204-7012, “Safeguarding Covered Defense Information and Cyber Incident Reporting.”

-DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”

-DFARS 252.204-7019, “Notice of NIST SP 800-171 DoD Assessment Requirements.”

-DFARS 252.204-7020, “NIST SP 800-171 DoD Assessment Requirements.”

-DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk

System in Past Performance Evaluations.”

-DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”

-DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”

-DFARS 252.246-7008, “Sources of Electronic Parts.”

-FAR 52.204-25, “Prohibition on Contracting for Certain Telecommunications and Video

Surveillance Services or Equipment.”

The full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far.

Section 508: The following EIT Accessibility Standards apply:

- 36 C.F.R. § 1194.21 (Chapter 5) - Software Applications and Operating Systems

- 36 C.F.R. § 1194.41 (Chapter 6) - Information, Documentation, and Support

This solicitation requires registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.
 

NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only.

Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
 

Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.

Bid Protests Not Available

Similar Past Bids

Crane Indiana 11 Sep 2018 at 7 PM
J b p h h Hawaii 12 Jan 2024 at 2 PM
Norfolk Virginia 19 Jan 2024 at 2 PM
Newport Rhode island 16 Dec 2019 at 5 PM
Newport Rhode island 02 Jan 2019 at 7 PM

Similar Opportunities