Inactive
Notice ID:N66604-19-Q-2387
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 a...
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; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-19-Q-2387. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has a requirement to purchase Huntron Workstation 4.X maintenance renewal services for the Naval Undersea Warfare Center Detachment Field Engineering Office (NUWCDET FEO) Norfolk. NUWCDIVNPT intends to award a Firm Fix Price (FFP) purchase order on a Sole Source basis to Huntron Instruments Inc., as follows: CLIN Description Quantity 0001 Huntron Workstation License Renewal •- Part Number 98-0745 •- Estimated 954 licenses Job The Period of Performance is June 1, 2019 to May 31, 2020. Huntron Instruments Inc. (Mill Creek, WA, CAGE Code: 57705) is the only known source for the software maintenance. Huntron Instruments is the Original Equipment Manufacturer (OEM) and holds the Intellectual Property Rights for the Huntron Workstation Software Source Code. Therefore, the maintenance renewal for Huntron Workstation Software can only be obtained and renewed through Huntron Instruments Inc. This requirement is being solicited as a sole source, unrestricted requirement under North American Industry Classification System (NAICS) Code 541519, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is $27.5M. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and 52.209-11, Representation by Corporations Regarding Delinquent Tax apply to this solicitation. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. 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. This notice of intent is not a request for competitive proposal. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The following addenda or additional terms and conditions apply: Defense Priorities and Allocation System (DPAS) rating is DO-C9. In accordance with FAR 39.204(d), an exception to Section 508 applies: items are located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment. Offerors should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before Friday 7 June 2019, 10:00 a.m. Eastern Time (EST). For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.