VeraSMART software
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format ... PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will not be issued. Request for Quotation (RFQ) number is N66604-19-Q-0916. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order to Calero Software LLC at 1565 Jefferson Rd. Ste 120, Rochester, NY 14623 on a sole source basis in accordance with FAR 13.106-1(b). Calero Software LLC is the sole manufacturer and exclusive distributor of the VeraSMART software. There are no known authorized resellers. See Attachment #1 Sole Source Justification for more details. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. See the table below for a list of items: Item Part Number Description Qty Unit Unit Cost Extended Unit Cost 0001 BNI10000 VeraSMART software - Increment of 10,000 extensions on any base model size 1 Each 0002 SC0013 VeraSMART training - Call Accounting Best Practices (Customer Site, 1 day, up to 8 seats) 2 Each 0003 SC0004 VeraSMART Professional Services - CA On-Site Implementation (includes travel) up to 10, 000 extensions 1 Each 0004 VPSU41SFTP TeleBoss Remote Site Collector SFTP - 20,000 CR Buffer 4 Each 0005 SC0070 VeraSMART Professional Services - Incremental Remote Data Set-Up (for InSight Analytics or per incremental data source 4 Each This procurement is solicited as Unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 517919; the Small Business Size Standard is $32.5M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items apply to this solicitation. DFARS clauses 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. A Section exception 508 applies to this procurement as items or services are located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment (back office) per FAR 39.204(d). Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far Period of Performance is 12 months from date of award; F.O.B. Destination is Newport, RI 02841. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quote may be submitted via email to the email address below and must be received on or before Thursday, April 11, 2019, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »