Puget Sound Naval Shipyard ITI VR Crane Simulator

expired opportunity(Expired)
From: Federal Government(Federal)
N3904019Q0257

Basic Details

started - 17 May, 2019 (about 5 years ago)

Start Date

17 May, 2019 (about 5 years ago)
due - 24 May, 2019 (about 5 years ago)

Due Date

24 May, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N3904019Q0257

Identifier

N3904019Q0257
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (709016)DEPT OF THE NAVY (156966)NAVSEA (28121)NAVSEA SHIPYARD (4854)PORTSMOUTH NAVAL SHIPYARD GF (1437)

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.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (www.fbo.gov).The RFQ number is N3904019Q0257. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-02TA and DFARS Change Notice 20190215. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:http://farsite.hill.af.mil/vmfara.htm and
target="_blank">http://farsite.hill.af.mil/vmdfara.htm.The NAICS code is 541519. The small business size standard is $27.5 million. The Government intends to negotiate and award the resultant contract on a SOLE SOURCE BASIS to Industrial Training International, in accordance with both FAR 6.302-1 and FAR 19.1306. (See the attached Justification for Sole Source)This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.Puget Sound Naval Shipyard requests pricing for the procurement of ITI virtual reality crane simulator software in accordance with the attached spreadsheet RFQ N3904019Q0257.The Base period of performance is 6/1/2019-5/31/2020.Option year 1 period of performance is 6/1/2020-5/31/2021.Option year 2 period of performance is 6/1/2021-5/31/2022.The following FAR provision and clauses are applicable to this procurement:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7 System for Award Management52.204-9 Personal Identity Verification of Contractor Personnel52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance)52.204-16 Commercial and Government Entity Code Reporting52.204-17 Ownership of Control of Offeror52.204-18 Commercial and Government Entity Code Maintenance)52.204-19 Incorporation by Reference of Representations and Certifications52.204-20 Predecessor of Offeror52.204-21 Basic Safeguarding of Covered Contractor Information Systems52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use52.211-15 Defense Priority and Allocation Requirements52.212-1 Instructions to Offerors - Commercial Items52.212-2 Evaluation-Commercial Items52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items52.217-7 Option for Increased Quantity -- Separately Priced Line Item52.217-9 Option to Extend the Term of the Contract52.219-6 Small Business Program Representation52.219-28 Post Award Small Business Representation52.222-3 Convict Labor52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.223-5 Pollution Prevention and Right-to-Know Information52.223-11 Ozone-Depleting Substances52.223-18 Contractor Policy to Ban Text Messaging while Driving52.225-13 Restriction on Foreign Purchases52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs52.232-33 Payment by Electronic Funds Transfer-System for Award Management52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.242-15 Stop-Work Order52.247-34 F.O.B. Destination52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference52.252-6 Authorized Deviations in Clauses52.253-1 Computer Generated FormsAdditional contract terms and conditions applicable to this procurement are:DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 Requirement to Inform Employees of Whistleblower RightsDFARS 252.203-7005 Representation Relating To Compensation of Former DOD OfficialsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7006 Billing InstructionsDFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7015 Disclosure of Information to Litigation Support ContractorsDFARS 252.211-7003 Item Unique Identification and ValuationDFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense ContractorsDFARS 252.225-7048 Export-Controlled ItemsDFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006 Wide Area Workflow Payment InstructionsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 252.244-7000 Subcontracts for Commercial ItemsDFARS 252.247-7023 Transportation of Supplies by SeaEvaluation Criteria:52.212-2 Evaluation--Commercial Items (Oct 2014)(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.(1) TECHNICAL ACCEPTABILITYQuotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.Technical Evaluation Ratings:Rating: AcceptableDescription: Submission clearly meets the minimum requirements of the solicitationRating: UnacceptableDescription: Submission does not clearly meet the minimum requirements of the solicitationIf the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.(2) PRICEThe prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days.Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.System for Award Management (SAM): Vendors 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/.METHOD OF PROPOSAL SUBMISSION:All quotes must be sent via email to lisa.fielding@navy.mil. Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than May 24, 2019 at 4:00 pm EST.******* End of Combined Synopsis/Solicitation ********

Puget Sound Naval Shipyard Bremerton, Washington 98314 United StatesLocation

Place Of Performance : Puget Sound Naval Shipyard

Country : United States

You may also like

PUGET SOUND NAVAL SHIPYARD INTERMEDIATE MAINTENANCE FACILITY RE-COMPETE.

Due: 31 Aug, 2025 (in 16 months)Agency: FEDERAL ACQUISITION SERVICE

Classification

541 -- Professional, Scientific, and Technical Services/541519 -- Other Computer Related Services
naicsCode 541519Other Computer Related Services
pscCode 70