FY20-08288 SMART License

expired opportunity(Expired)
From: Federal Government(Federal)
FY20-08288

Basic Details

started - 30 Mar, 2020 (about 4 years ago)

Start Date

30 Mar, 2020 (about 4 years ago)
due - 08 Apr, 2020 (about 4 years ago)

Due Date

08 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
FY20-08288

Identifier

FY20-08288
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706928)DEPT OF THE NAVY (156540)NAVSEA (28056)NAVSEA WARFARE CENTER (18906)COMMANDING OFFICER (3468)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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.

COMBINED SYNOPSIS/SOLICITATION Document Type: Combined Solicitation/SynopsisSolicitation Number: N63394-20-Q-0018NAICS: 511210FSC/PSC: 7030Contracting Office Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION4363 MISSILE WAYPORT HUENEME, CA. 93043-4307 Place of Delivery Address:NAVAL SURFACE WARFARE CENTERPORT HUENEME DIVISION BLDG 4354363 MISSILE WAYPORT HUENEME, CA. 93043-4307 Description:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement is not a request for quotes or proposals but all responsible sources may submit a proposal or quotation which shall be considered by the agency.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC
2020-04.The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a Small Business Size Standard of $41.5 million of Dollars.The proposed contract action is for Licenses, which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, Resource Analysis Corporation, CAGE: 1ZE66, under the authority of FAR 13.106. The Naval Surface Warfare Center, Port Hueneme Division is seeking the following:The proposed service contract is for the license fees of the Supportability Management Assessment Report Tool (SMART) that delivers and supports the following services:•              Bill of Material (BOM) loading with data cleansing & scrubbing.•              Ensuring the highest degree of accuracy and completeness obtainable.•              Real-time and continuous data monitoring services with alert notifications.•              Software solutions with implementation, deployment and training services.•              Solution analysis and assessment with recommendations and resolutions.•              Executive Reports for obsolescence impacts and funding justification.•              Return on investment and cost avoidance metrics and reporting.•              Identification of Life of Type Buy parts with consignment services.•              Data integration and software customization solutions. SMART takes Diminishing Manufacturing Sources and Material Shortages (DMSMS) Management to a higher level by incorporating all of the key ingredients required for program supportability management.This web based state of the art “one stop shop” DMSMS decision support solution is a complete life cycle management and software process with capabilities and options designed to meet our AEGIS DMSMS requirements.AWS Supportability Management Assessment Report Tool (SMART) LicenseBase YearARO thu September 30,2020 AWS Supportability Management Assessment Report Tool (SMART) License BaseOption Year 1October 1, 2020 thu September 30,2021 AWS Supportability Management Assessment Report Tool (SMART) License BaseOption Year 2October 1, 2021 thu September 30,2022 AWS Supportability Management Assessment Report Tool (SMART) License BaseOption Year 3October 1, 2022 thu September 30,2023 AWS Supportability Management Assessment Report Tool (SMART) License BaseOption Year 4October 1, 2023 thu September 30,2024AMDR Supportability Management Assessment Report Tool (SMART) LicenseBase YearARO thu September 30,2020 AMDR Supportability Management Assessment Report Tool (SMART) License BaseOption Year 1October 1, 2020 thu September 30,2021 AMDR Supportability Management Assessment Report Tool (SMART) License BaseOption Year 2October 1, 2021 thu September 30,2022 AMDR Supportability Management Assessment Report Tool (SMART) License BaseOption Year 3October 1, 2022 thu September 30,2023 AMDR Supportability Management Assessment Report Tool (SMART) License BaseOption Year 4October 1, 2023 thu September 30,2024   GWS             Supportability Management Assessment Report Tool (SMART) LicenseBase YearOctober 1, 2020 thu September 30,2021 GWS             Supportability Management Assessment Report Tool (SMART) License BaseOption Year 2October 1, 2021 thu September 30,2022 GWS-            Supportability Management Assessment Report Tool (SMART) License BaseOption Year 3October 1, 2022 thu September 30,2023 GWS-              Supportability Management Assessment Report Tool (SMART) License BaseOption Year 4October 1, 2023 thu September 30,2024GWS-              Supportability Management Assessment Report Tool (SMART) License BaseOption Year 5October 1, 2024 thu September 30,2025   DEFENSE PRIORITIES AND ALLOCATIONS SYSTEMThis is rated order DO-C9 under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY:Submission of quotes shall be received not later than 04/07/2020.  No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Ruben Velasquez at ruben.velasquez@navy.mil . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 04/7/2020 05:00 P.M. PACIFIC STANDARD TIME.All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.Additionally, please provide the following information:CAGE Code?Tax ID# (if applicable)?GSA Contract Number (if applicable)?Country where items are manufactured (if applicable)?Lead Time or Period of Performance?Shipping Charges (if applicable)?Is your company the OEM or proprietary for these products?Company Size (large or small)?Do you have distributors (if applicable)?Are the items quoted available on a commercial, published, or on-line price listing?Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)?The following factors will be used to evaluate quotes: Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)).  The government will evaluate information based on the following evaluation criteria:Price (Lowest Price Technically Acceptable) Technical Capability.  The Vendor’s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation and adherence to the Statement of Work.  Technical capability will receive an “acceptable” or “not acceptable” rating. Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000.  Adjectival Rating DescriptionAcceptable:  Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.Unacceptable: Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.The full text of FAR provisions or clauses may be accessed electronically athttp://acquisition.gov/far/http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htmlhttp://farsite.hill.af.mil/  APPLICABLE CLAUSES FAR 52.202-1 Definitions.FAR 52.203-3 GratuitiesFAR 52.203-12 Limitation On Payments To Influence Certain Federal TransactionsFAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of    Whistleblower RightsFAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content PaperFAR 52.204-7 System for Award Management.  FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 System for Award Management Maintenance.FAR 52.204-16 Commercial and Government Entity Code Reporting.  FAR 52.204-17 Ownership or Control of Offeror.  FAR 52.204-18 Commercial and Government Entity Code Maintenance.FAR 52.204-19 Incorporation by Reference of Representations and Certification.FAR 52.204-20 Predecessor of Offeror.FAR 52.204-21 Basic Safeguarding of covered contractor information systems.FAR 52.204-22 Alternative Line Item Proposal.  FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities.  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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation.FAR 52.209-4  First Article Testing will be performed by Government.FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.  FAR 52.211-15 Defense Priority and Allocation Requirements.FAR 52.212-1 Instructions to Offerors—Commercial Items.  FAR 52.212-2 Evaluation—Commercial Items.  FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items.  Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.FAR 52.212-4 Contract Terms and Conditions-Commercial Items.  FAR 52.217-6 Option for Increased QuantityFAR 52.217-7 Option to Extend Term of ContractFAR 52.217-8 Option to Extend ServicesFAR 52.217-9 Option to Extend Term of ContractFAR 52.219-1 Small Business Program Representations.FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003FAR 52.219-28 Post Award Small Business Program Representation.FAR 52.222-3 Convict Labor.FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies.FAR 52.222-21 Prohibition of Segregated Facilities.FAR 52.222-22 Previous Contracts and Compliance Reports.FAR 52.222-26 Equal Opportunity.FAR 52.222-36 Equal Opportunity for Workers with Disabilities.FAR 52.222-41 Service Contract Labor StandardsFAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA).FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.FAR 52.222-50 Combating Trafficking in Persons.FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.FAR 52.225-13 Restrictions on Certain Foreign Purchases.FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.FAR 52.233-3 Protest After Award.FAR 52.233-4 Applicable Law for Breach of Contract Claim.FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation.FAR 52.225-18 Place of Manufacture.FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications.FAR 52.232-39 Unenforceability of Unauthorized Obligations.FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.FAR 52.233-1 Disputes.FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.FAR 52.243-1 Changes-Fixed Price.FAR 52.244-6 Subcontracts for Commercial Items.FAR 52.246-1 Contractor Inspection Requirements.FAR 52.246-2 Inspection of Supplies—Fixed-Price.FAR 52.246-16 Responsibility for Supplies.FAR 52.247-34 F.o.b. Destination.FAR 52.252-2 Clauses Incorporated by Reference.DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.DFARS 252.204-7003 Control of Government Personnel Work Product.DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.DFARS 252.204-7004 Alternate A, System for Award Management.DFARS 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 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 252.211-7003 Item Unique Identification and ValuationDFARS 252.211-7008 Use of Government-Assigned Serial NumbersDFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.DFARS 252.223-7008 Prohibition of Hexavalent Chromium.DFARS 252.225-7001 Buy American and Balance of Payments Program.DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.DFARS 252.225-7012 Preference for Certain Domestic Commodities.DFARS 252.225-7048 Export-Controlled Items.DFARS 252.231-7000 Supplemental Cost Principles.DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.DFARS 252.232-7006 Wide Area Workflow Payment Instructions.DFARS 252.232-7010 Levies on Contract Payments.DFARS 252.243-7001 Pricing of Contract Modifications.DFARS 252.244-7000 Subcontracts for Commercial Items.DFARS 252.247-7023 Transportation of Supplies by Sea.G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

Port Hueneme CBC Base ,
 CA  93043  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Naval Construction Battalion Center Port Hueneme

You may also like

LICENSE AND WARRANTY - GRIDION

Due: 07 Jan, 2025 (in 8 months)Agency: AGRICULTURAL RESEARCH SERVICE

SUPRAVISTA LICENSE

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Educational Software, Licenses, Subscriptions, Hardware and Services

Due: 30 May, 2024 (in 1 month)Agency: Garland Independent School District

Please Sign In to see more like these.

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

Classification

naicsCode 511210
pscCode 7030