MARMC LOGICOM INFODESK SOFTWARE

expired opportunity(Expired)
From: Federal Government(Federal)
N5005421Q0048

Basic Details

started - 20 Apr, 2021 (about 3 years ago)

Start Date

20 Apr, 2021 (about 3 years ago)
due - 26 Apr, 2021 (about 3 years ago)

Due Date

26 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
N5005421Q0048

Identifier

N5005421Q0048
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVSEA (28025)REGIONAL MAINTENANCE CENTER (1987)MID ATLANTIC REG MAINT CTR (1063)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Requirement: LOGICOM INFODESK Database SoftwarePeriod of Performance: 4/23/2021 – 4/22/2022 1 year w/ 4 option yearsNAICS Code: 519190 (Business Size Standard: 1,000)Location:NAVAL STATION NORFOLKMID-ATLANTIC REGIONAL MAINTENANCE CENTER (MARMC)9727 Avionics Loop BLDG. LF-18Norfolk, VA 23511This notice is 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/notice; quotes are being requested, and a written solicitation will not be issued.This notice includes all provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-05, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20210224, and Air Force Acquisition Circular (AFAC) 2021-0211.The Government intends to solicit and contract with only one source, SAI Global, for the ILI LOGICOM INFODISK software under the authority of FAR
13.106-1(b)(1)(i) on a sole source basis.  Interested parties may identify their interest and capability to respond to the requirement and submit quotes.  This notice of intent is not a request for competitive quotes.  Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government and for future opportunity.System for Award Management (SAM).  All interested parties must be registered in the SAM database to be considered for award.  Registration is free and can be completed on-line at http://www.sam.gov/.  All responses from interested parties must clearly indicate capability in meeting all specifications and requirements and must include price(s), FOB destination, a point of contact, name and phone number, business size, and payment terms.  All responses must be emailed to kelly.reusser@navy.mil.The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):52.204-7 System for Award Management52.204-13 System for Award Management Maintenance52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)52.240-22 Alternative Line Item Proposal52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018)52.212-3 Offeror Representations and Certifications -- Commercial Items.52.212-4 Contract Terms and Conditions -- Commercial Items.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor—Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans52.222-36 Equal Opportunity for Workers with Disabilities52.222-37 Employment Reports on Veterans52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13 Restriction on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer--System for Award Management52.222-22 Previous Contracts and Compliance Reports52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.247-34 FOB Destination52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference252.203-7000 Requirements Relating to Compensation of Former DOD Officials252.203-7002 Requirements to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control of Government Personnel Work Product252.204-7008 Compliance with Safeguarding Covered Defense Information Controls252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism252.211-7003 Item Unique Identification & Valuation252.211-7008 Use of Government-Assigned Serial Numbers252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors252.223-7008 Prohibition of Hexavalent Chromium252.225-7000 Buy American--Balance of Payments Program Certificate252.225-7001 Buy American and Balance of Payments Program252.225-7002 Qualifying Country Sources as Subcontractors252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area WorkFlow Payment Instructions252.232-7010 Levies on Contract Payments252.244-7000 Subcontracts for Commercial Items252.246-7000 Material Inspection and Receiving Report252.247-7023 Transportation of Supplies by SeaAttachment I:  Statement of Work

Norfolk ,
 VA  23511  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Norfolk

You may also like

ZoomText and JAWS Software

Due: 01 Sep, 2025 (in 16 months)Agency: Montgomery College

Information TechnologyHardware and Maintenance with Lease-Rental Options Cooperative - VITA

Due: 20 Nov, 2024 (in 7 months)Agency: VITA - Virginia Information Technologies Agency

RENEWAL OF MAINTENANCE FOR CROWLEY MEKEL TECHNOLOGY QUANTUM PROCESS SOFTWARE.

Due: 04 May, 2024 (in 15 days)Agency: SOCIAL SECURITY ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 519190
pscCode 7C20IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)