Inactive
Notice ID:N66604-19-Q-0986
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES 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 CONSTITUTES 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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) Number is N66604-19-Q-0986. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm-fixed-price purchase order for the annual renewal of iET Information Technology Service Management (ITSM) Software as outlined in the table below. Item Item Number Description Required QTY Unit of Issue Unit Price Extended Price 0001 GQITSM-0420-M ITSM Bundle Maintenance 5 - Provider Licenses 4 - Detached Process Licenses 2 - iET Developer's Studio Licenses 1 - Application Programming Interface (API) iET Weblink 1 EA 0002 GQPL-0420-M Additional iET Provider Licenses Maintenance 51 EA 0003 GQSSP-0420-M Self Service Packages Maintenance 1 EA 0004 GQDS-0420-M Additional iET Developer Studio License Maintenance 1 EA Total The iET Information Technology Service Management (ITSM) Software renewal was previously provided under Purchase Order N66604-18-P-0496 with Unicom Systems, Inc. Unicom Systems, Inc. is the sole source for software maintenance for iET software as specified in the attached Sole Source Justification. As such, this requirement will be awarded to Unicom Systems, Inc. on a sole source basis. A determination by the Government not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The period of performance is 01 October 2019 through 30 September 2020. This procurement is solicited on an Unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The Small Business Size Standard is $38,500,000. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. The provision at FAR 52.209.11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law and FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3. Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation. DFARS 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," applies to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocation System (DPAS) rating is DO-C9 and the Electronic and Information Technology Accessibility Requirement that applies to this requirement is 36 C.F.R. § 1194.21, 36 C.F.R. § 1194.31, and 36 C.F.R. § 1194.41. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. 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. 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. Offers shall be submitted via electronic submission to Levi Andrews at levi.andrews@navy.mil. Offers must be received on or before Thursday, 28 FEB 2019, 2:00PM Eastern Standard Time (EST). Offers received after the closing date and time are considered to be late and will not be considered for award. For information on this acquisition contact Levi Andrews at levi.andrews@navy.mil.