Inactive
Notice ID:N0017822RS965
COMBINED SYNOPSIS/SOLICITATION #: N0017822RS965 Submitted by: Suzanne Gibson NAICS Code: 541330 FSC/PSC Code: DG01 Anticipated Date to be published in beta.SAM.gov: 16 August 2022 Anticipated Closing ...
COMBINED SYNOPSIS/SOLICITATION #: N0017822RS965 Submitted by: Suzanne Gibson NAICS Code: 541330 FSC/PSC Code: DG01 Anticipated Date to be published in beta.SAM.gov: 16 August 2022 Anticipated Closing Date: 22 August 2022 Contracts POC Name: Suzanne Gibson Email Address: Suzanne.m.gibson9.civ@us.navy.mil Code and Description: D - IT and Telecom – Information Technology and Telecommunications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N0017822RS965 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a Brand Name basis for the following services manufactured by ServiceNow, Inc.: Integration support for expansion of NSWCDD Hyperflex computing architecture to include ServiceNow integration for a period of performance of 12 months. If these services are not procured, the cost to the government to develop and produce a similar infrastructure platform with matching form/fit/function would cost the Government unbudgeted expenses and add an estimated additional six (6) months to the program as the software involved would require a significant expenditure of labor due to the complexity of the software inherent to the system infrastructure. In addition, excess time and money would be spent in researching, procuring, integrating, and training in the alternate infrastructure platform and reconstruction of existing models. This would also result in additional costs for operator training and an unacceptable delay to scheduling. Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. ServiceNow is mandated on ESI-BPA N66001-19-A-0120 and is only available from CarahSoft Technology Corp. Must be able to submit quote against mandated BPA to be considered At time of proposal submission please submit any historical data as well as published pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposal is due by 22 August 2022, no later than 12:00 p.m. EST. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to suzanne.m.gibson9.civ@us.navy.mil prior to the RFP closing. Email should reference Synopsis/Solicitation Number N0017822RS965 in the subject line. Attachments – -SF1449: Solicitation/Contract/Order for Commercial Items -CDRLs A001 – A005 -DIDs