Inactive
Notice ID:N66604-19-Q-2876
This combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement...
This combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information 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-2876. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking to procure Credit Monitoring Services on a Firm Fix Price basis as follows: CLIN Description Quantity 0001 Credit Monitoring Services for Two (2) years IAW with the attached Statement of Work (SOW) 890 units The required Period of Performance for the Credit Monitoring Services is two years: Anticipated 19 July 2019 to 18 July 2021. This requirement is being solicited as a total small business set-aside under North American Industry Classification System (NAICS) Code 561450, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is $15 million. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must provide the Credit Monitoring Services as specified with the Statement of Work (SOW) (see attached) in the specified quantities. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition. FAR 52.212-1, Instructions to Offerors-Commercial Items applies. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes 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, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and 252.225-7031, Secondary Arab Boycott of Israel apply to this solicitation. This solicitation requires active 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. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. 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. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes shall be submitted electronically to Chelsea Isherwood at chelsea.isherwood@navy.mil along with the alternate contact Andrew Nagelhout at andrew.c.nagelhout@navy.mil. Quotes must be received on or before Thursday 18 July, 2019 at 2:00PM Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Chelsea Isherwood at email: chelsea.isherwood@navy.mil and Andrew Nagelhout at andrew.c.nagelhout@navy.mil.