Back to tenders & grants page
DG01 - LMDS/Mailroom software upgrade and transition to iGate to include installation, maintenance, and training.  Sole Source Information Technology DG01 - LMDS/Mailroom software upgrade and transition to iGate to include installation, maintenance, and training. Sole Source
Receive Tenders like this by email

DG01 - LMDS/Mailroom software upgrade and transition to iGate to include installation, maintenance, and training. Sole Source

DG01 - LMDS/Mailroom software upgrade and transition to iGate to include installation, maintenance, and training. Sole Source has been closed on 27 Jul 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP GLOBAL LOGISTICS SUPPORT.NAVSUP FLC PEARL HARBOR.NAVSUP FLT LOG CTR PEARL HARBOR

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE NAVY.NAVSUP.NAVSUP GLOBAL LOGISTICS SUPPORT.NAVSUP FLC PEARL HARBOR.NAVSUP FLT LOG CTR PEARL HARBOR

Industry:

Information Technology

Status:

Closed

Timeline

Published:

25 Jul 2021

Deadline:

27 Jul 2021

Value:

Not available

Contacts

Name:

Bruce Ayres 808.233.9460

Description

https://sam.gov/opp/64f868f6adf64fae9abdc08e96e605fa/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both beta.SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060421Q4056. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 and DFARS Publication Notice 20210709. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 511210 and the Small Business Standard is $41.5 (millions of dollars). This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based 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 NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing CLIN 0001 - Software- Small Node for NIPRNET Product Number: IGT-S-E Quantity: 1 Total Unit Price $__________________, Total Amount $__________________ CLIN 0002 - Software- Small Node for SIPRNET Product Number: IGT-S-E Quantity: 1 Total Unit Price $__________________, Total Amount $__________________ CLIN 0003 – Annual Maintenance IGT-S-E Product Number: IGT-S-E-M Quantity: 2 Total Unit Price $__________________, Total Amount $__________________ CLIN 0004 – Engineering Support for software installation (2 weeks) Product Number: SPT-USA-2W Quantity: 1 Total Unit Price $__________________, Total Amount $__________________ CLIN 0005 - Administrator training 5 days Product Number: TRNG-USA-5 Quantity: 1 Total Unit Price $__________________, Total Amount $__________________ CLIN 0006 - Engineering Support for Navigation, DTG Check, and Unread message check buttons (2 weeks) Product Number: SPT-WH-2W Quantity: 1 Total Unit Price $__________________, Total Amount $__________________ CLIN 0007 - Engineering Support for Migrating 10 million messages Product Number: SPT-WH-1W Quantity: 1 Total Unit Price $__________________, Total Amount $__________________ Period of performance is 01 August 2021 to 31 July 2022; Delivery Location is Commander, U.S. Pacific Fleet, Building 250 Makalapa Drive, Pearl Harbor, Hawaii 96860. The supplier is responsible for the performance of all inspection requirements and quality control. The method of payment will be Wide Area Work Flow (WAWF). Award will result in a Firm-Fixed Price Contract. Submission Requirements: 1. Complete and Return the following Certifications: a. Certifications at FAR 52.209.11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law b. FAR 52.204-24, and Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment c. FAR 52.212-3 Alt I, Offeror Representations and Certifications. If your annual representations and certifications are current in the System for Award Management (SAM) database, notate None on page 4 in paragraph (b)(2). 2. Provide the unit price and total price of contract line items 0001 – 0007. 3. Provide a breakdown of pricing for the 5-day Administrative Training requirement. The quote for CLIN 0005 shall NOT exceed the DoD JTR travel and per diem daily rates for Oahu, Hawaii at https://www.defensetravel.dod.mil/site/perdiemCalc.cfm Evaluation: The quote will be evaluated to determine technical acceptability and price fair and reasonableness. If the Contracting Officer is unable to prove price reasonableness after evaluation of the price quote, the Government may request additional information to determine the quoted pricing fair and reasonable. Award decision will be made using the Lowest Priced Technically Acceptable (LPTA) method. By submission of this quote, the contractor is affirmatively stating they take NO exceptions to the Performance Work Statement (PWS) or any of the terms of the solicitation. Technical: To be rated acceptable, the Quoter must take NO exceptions to the Performance Work Statement (PWS) or any of the terms of the solicitation The following FAR provision and clauses are applicable to this procurement: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors—Commercial Items 52.212-3 Offeror Representations and Certifications—Commercial Items--Alternate I 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 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-22 Previous Contracts and Compliance Reports 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.239-1 Privacy or Security Safeguards 52.245-9 Use and Charges 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.239-7009 Representation of Use of Cloud Computing 252.239-7017 Notice of Supply Chain Risk (DEVIATION 2018-O0020) 252.239-7018 Supply Chain Risk (DEVIATION 2018-O0020) 252.243-7002 Requests for Equitable Adjustment This announcement will close at 12:00 PM HST on 27 July 2021. Contact Bruce Ayres who can be reached at 808.233.9460 or by email [email protected] navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more