Inactive
Notice ID:N66604-19-Q-2560
This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Th...
This is a combined synopsis and solicitation for commercial services 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 notice; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-19-Q-2560. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price order to the University of Rhode Island for Inner Lab services as specified in the attached statement of work and the approved Sole Source Justification. The Government's minimum requirement is as follows. Item Description Quantity/Unit of Issue 0001 Inner Space Broadcast and Programming Services PoP: 23 July 2019 - 22 July 2020 1 Job 0002 Option 1 Inner Space Broadcast and Programming Services *PoP: One year from date of option exercise 1 Job 0003 Option 2 Inner Space Broadcast and Programming Services *PoP: One year from date of option exercise 1 Job 0004 Option 3 Inner Space Broadcast and Programming Services *PoP: One year from date of option exercise 1 Job 0005 Option 4 Inner Space Broadcast and Programming Services *PoP: One year from date of option exercise 1 Job *If Option is exercised This requirement is being solicited as a sole source, unrestricted requirement under North American Industry Classification System (NAICS) Code 517311, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,500 employees. F.O.B. Destination Naval Station Newport, Newport, RI. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The Provisions at FAR 52.209-11 "Representation by Corporations Regarding Delinquent Tax", 52.212-1 Instructions to Offerors - Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 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 52.217-7, "Option For Increased Quantity--Separately Priced Line Item", apply to this solicitation. DFARS Clauses 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," 252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting," and 252.204-7015 "Notice of Authorized Disclosure of Information for Litigation Support" apply to this solicitation. DFARS Provision 252.225-7031, Secondary Arab Boycott of Israel, applies to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9, and Electronic and Information Technology Accessibility Requirements do not apply to this requirement in accordance with FAR 39.204 (b). 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. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. 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. Offers must be submitted via email to beata.jones@navy.mil. Offers must be received on or before 2:00 p.m. on 17 July, 2019. For questions pertaining to this acquisition, please contact Beata Jones by email: beata.jones@navy.mil.