RedHawk Software Maintenance Agreement
Solicitation Number: N63394-19-T-0093 NAICS: 511210 FSC/PSC: 7030 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisiti... Solicitation Number: N63394-19-T-0093 NAICS: 511210 FSC/PSC: 7030 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 constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation, N63394-19-T-0093, is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-08 and Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice (DPN) 20190430. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of 750 employees. Product Service Code (PSC) is 7030. Material Description: The Naval Surface Warfare Center, Port Hueneme Division NSWC PHD is seeking to purchase Concurrent Real-Time RedHawk Software Maintenance Support. All interested companies shall provide a quotation for the following supplies: CLIN 0001 Software Maintenance Agreement for Technical Support and Updates for RedHawk Server 2-user Package, x86, CentiOS, Mfr P/N W-RHL-DEVC-02-64, for 12 months. Base Year, PoP: 01July2019-30June2020 CLIN 0002 Reinstatement Fee for Renewal of RedHawk Software Maintenance, Serial Number LA103645. CLIN 0003 Software Maintenance Agreement for Technical Support and Updates for RedHawk Server 2-user Package, x86, CentiOS, Mfr P/N W-RHL-DEVC-02-64, for 12 months. Option Year 1, PoP: 01July2020-30June2021 CLIN 0004 Software Maintenance Agreement for Technical Support and Updates for RedHawk Server 2-user Package, x86, CentiOS, Mfr P/N W-RHL-DEVC-02-64, for 12 months. Option Year 2, PoP: 01July2021-30June2022 CLIN 0005 Software Maintenance Agreement for Technical Support and Updates for RedHawk Server 2-user Package, x86, CentiOS, Mfr P/N W-RHL-DEVC-02-64, for 12 months. Option Year 3, PoP: 01July2022-30June2023 CLIN 0006 Software Maintenance Agreement for Technical Support and Updates for RedHawk Server 2-user Package, x86, CentiOS, Mfr P/N W-RHL-DEVC-02-64, for 12 months. Option Year 4, PoP: 01July2023-30June2024 Required Delivery Date is 10 days ARO. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Inspection and Acceptance is to be at destination. INSTRUCTIONS FOR INDUSTRY: Vendors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Vendor must also be currently registered in the System for Award Management (SAM). Submission shall be received not later than 12:00 PM PDT on 17 June 2019 to Rachel T. Smith at rachel.t.smith@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1, "Instructions to Offerors -- Commercial Items". Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below: Rachel T. Smith rachel.t.smith@navy.mil. Questions shall be submitted via email no later than 2:00 PM PST on 12 June 2019. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. Quotations shall contain the following: (1) Vendor Administrative Information: a. Cage Code: b. Dun & Bradstreet #: c. Tax ID #: d. Special Small Business Sub-Category (if applicable): e. Pricing: If the items quoted are available on a commercial, published, or on-line price listing, attach the listing to the RFQ response. If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established. If quoting on a GSA Schedule or Blanket Purchase Agreement (BPA), provide Schedule Number and Expiration Date. (2) Price Breakdown. The quote shall include: Item Description, Unit Cost, Quantity, and Subtotal. The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). (3) Statement that the quotes are good for 60 calendar days. EVALUATION 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: (1) Price. Total price will be evaluated. (2) 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. Technical capability will receive an "acceptable" or "not acceptable" rating. (3) Past Performance. Past performance will be evaluated in accordance with DFARS 252.213-7000. In the case of a supplier without a record of relevant past performance history in the Supplier Performance Risk System (SPRS) for the Federal Supply Class (FSC) or Product or Service Code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »