Inactive
Notice ID:1301162505
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source ...
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A determination by the Government not to compete this effort is solely within the discretion of the Government. The Government will not pay for any information received. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Government will consider other bids. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 513210, and PSC Code 7A21. ****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. **** The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, on a Sole Source (SS) basis to vCloud Tech, 609 Deep Valley Drive, Suite 200, Rolling Hills Estates, California 90274-3614. The contractor shall provide: GlobalScape Software Maintenance Renewal FY24, which includes the following: M & S [PRO] – EFT ARM Module - Renewal, p/n: EFT-RRX-ARM, Qty 1 (S/N: AZHVX7MFZ5KZZF) M & S [PRO] – EFT ASM Module - Renewal, p/n: EFT-RRX-HSM, Qty 1 (S/N: ARHCG6KHZ4JMZ2) M & S [PRO] – EFT Enterprise – Renewal, p/n: EFT-RRX-ENT, Qty: 1 (S/N: A8RTNAAAQHJ3E9) M & S [PRO] – EFT Open PGP Module – Renewal, p/n: EFT-RRX-PGP, Qty: 1 (S/N: AZHVX6MFZ5KRZF) M & S [PRO] – DMZ Gateway – Single Site – Renewal, p/n: DMZ-RRX-S, Qty: 1 (S/N: A4RAVBB48HKA84) M & S [PRE] – DMZ Gateway – Single Site – Renewal, p/n: DMZ-RMX-S, Qty: 1 (S/N: AURBGBD48GJF9D) M & S [PRO] – EFT Enterprise – Renewal, p/n: EFT-RRX-ENT, Qty 1 (S/N: A4RAVEDC8HKJGC) M & S [PRO] – EFT ARM Module – Renewal, p/n: EFT-RRX-ARM, Qty 1 (S/N: A4MAVFDC6HKSGC) M & S [PRO] – EFT ASM Module – Renewal, p/n: EFT-RRX-HSM, (S/N: A4RAVFDC8HKSGC) M & S [PRO] – EFT Open PGP Module – Renewal, p/n: EFT-RRX-PGP, (S/N: A8MAVEDCNHKJGC) Please see attached Statement of Work (SOW). The period of performance will be 07/01/2024 - 06/30/2025. This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability. Shipping Charges: Shipping does not apply to this requirement. Contracting O?ice Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Mar 2020) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (DEVIATION 2018-O0021) is incorporated by reference. Please provide the following information with your quote: CAGE Code: UEI#: Payment Terms of NET 30. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list provide a copy. All price listings will be kept confidential. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.) Period of Performance: 07/01/2024 - 06/30/2025 Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.