PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 N66604-22-Q-0206.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order to Aerva, Inc. on a Sole Source basis in accordance with FAR 13.106-1(b). Aerva, Inc. is the only known source that can provide the below AERVA Software Licenses and Maintenance. Please see Attachment #1 Sole Source Justification.
This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.
All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
See the table below for a list of the required Aerva Software and Maintenance, no substitution items:
Line Item 0001; Description - AERWAVE Enterprise Software License; Quantity: 32; Period of Performance Dates - 1/28/22-1/27/23
Line Item 0002; Description - AERVA Server Software License; Quantity: 1; Period of Performance Dates - 1/28/22-1/27/23
Line Item 0003; Description - AERVA Software Maintenance; Quantity: 1; Period of Performance - 1/28/22-1/27/23
Line Item 0004 Option 1; Description - AERWAVE Enterprise Software License; Quantity: 32; Period of Performance - 1/28/23-1/27/24
Line Item 0005 Option 1; Description - AERVA Server Software License; Quantity: 1; Period of Performance - 1/28/23-1/27/24
Line Item 0006 Option 1; Description - AERVA Software Maintenance; Quantity: 1; Period of Performance - 1/28/23-1/27/24
Line Item 0007 Option 2; Description - AERWAVE Enterprise Software License; Quantity: 32; Period of Performance - 1/28/24-1/27/25
Line Item 0008 Option 2; Description - AERVA Server Software License; Quantity: 1; Period of Performance - 1/28/24-1/27/25
Line Item 0009 Option 2; Description - AERVA Software Maintenance; Quantity: 1; Period of Performance - 1/28/24-1/27/25
Line Item 0010 Option 3; Description - AERWAVE Enterprise Software License; Quantity: 32; Period of Performance - 1/28/25-1/27/26
Line Item 0011 Option 3; Description - AERVA Server Software License; Quantity: 1; Period of Performance - 1/28/25-1/27/26
Line Item 0012 Option 3; Description - AERVA Software Maintenance; Quantity: 1; Period of Performance - 1/28/25-1/27/26
This procurement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541511; the Small Business Size Standard is $30.0M.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony
Conviction under any Federal Law
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
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
52.217-5 Evaluation of Options
52.217-7 Option for Increased Quantity – Separately Priced Line Item
The following DFARS clauses apply to this solicitation:
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
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003, Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in
Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.246-7008 Sources of Electronic Parts
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 does not apply.
The required Period of Performance is in the table above, F.O.B. Destination is Newport, RI 02841.
If no surcharge is applicable, the Government’s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) may be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Include any applicable surcharge in 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
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award.
Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.
The quote may be submitted via email and must be received on or before Monday, January 24, 2022, by 5:00PM EST. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.