SOLICITATION NOTICE
D -- Serena Maintenance
- Notice Date
- 7/10/2020 10:03:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N0017420R0216
- Response Due
- 7/25/2020 2:00:00 AM
- Archive Date
- 08/09/2020
- Point of Contact
- Lois Taylor, Phone: 3017446687
- E-Mail Address
-
lois.m.taylor1@navy.mil
(lois.m.taylor1@navy.mil)
- Description
- This Request for Quote (RFQ) is for a commercial item prepared in accordance with the format in Subpart 8, as supplemented with additional information included in this notice. The solicitation number for this procurement is N0017420R0216.� The anticipated award will be a Firm Fixed Price Contract. The award will be made based on price.� �This is a Brand Name Mandatory Requirement. Quotes will be due by 25 July 2020 at 5:00pm EST. DESCRIPTION: CLIN 0001 - � SERENA BUSINESS MANAGER - MAINTENANCE RENEWAL LICENSE TYPE: NAMED - 1 YEAR, P/N: SBM-NMD-MFRR , QTY:� 200 POP:� 08/07/2020 � 08/06/2021 CLIN 0002 - SERENA BUSINESS MANAGER - MAINTENANCE RENEWAL LICENSE TYPE: PRODUCTION SERVER - 1 YEAR, P/N: SBM-PROD SVR-MFRR, QTY:� 1 POP:� 08/07/2020 � 08/06/2021 CLIN 0003 - SERENA BUSINESS MANAGER - MAINTENANCE RENEWAL - NO N-PRODUCTION SERVER - 1 YEAR, P/N: SBM-NP SVR-MFRR, QTY:� 1 POP:� 08/07/2020 � 08/06/2021 Statement of Work for Serena Business Manager Maintenance 1.0 PURPOSE: The Serena Business Manager software will be used at Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) in Department D13 to support the continued development and life cycle support of the 60-series Explosives Ordnance Disposal (EOD) manuals automated process. The software will be used on the Joint Explosive Ordnance Disposal Network (JEODNET). These applications are Department of Navy (DON) Application & Database Management System (DADMS)(DADMS# 104768) approved. 2.0 REQUIREMENTS: The Contractor shall be an authorized distributor by the software developer and shall provide renewal of Serena Business Manager licenses and support with a period of performance of one year.� This support shall include all patches, updates and 24/7 telephone support. The Contractor shall be knowledgeable in the uses of functional and regression testing from a user perspective in order to answer user questions regarding the use of this software.� ����������������������� Include in pricing (all shipping should be FOB Destination) Shipping to: NSWC IHEODTD 4081 N. Jackson Road BLDG. 841 Indian Head, MD 20640-5116 ���������������������� 52.247-34, FOB Destination; FAR 52.219-6, Notice of Total Small Business Set-Aside; � 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014).� 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).� 52.222-50, Combatting Trafficking in Persons (Mar 2015).� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).� 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). 52.233-3, Protest After Award (Aug 1996). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011).� 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013).� 252.204-7003, Control of Government Work Product (Apr 1992).� 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Deviation) 2016-O0001) (Oct 2015). 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation) 2016-O0001) (Oct 2015). 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014).� 252.225-7048, Export Controlled Items (Jun 2013). 252.232-7010, Levies on Contract Payments (Dec 2006).� 252.247-7023, Transportation of Supplies by Sea (Apr 2014).� Offer should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; DUNS NUMBER; CAGE CODE; TAX IDENTIFICATION NUMBER; PRICE AND ANY DISCOUNT TERMS; DELIVERY TIMEFRAME; GSA CONTRACT NUMBER IF APPLICAPBLE; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Failure to furnish the required information, or reject the terms and conditions of this RFQ may be excluded from consideration. EMAIL OFFERS WILL BE ACCEPTED. Points of contact: Contract Specialist/Administrator: Michelle Taylor, Civ, Telephone: (301) 744-6687 E-Mail: lois.m.taylor1@navy.mil Questions/clarification regarding this solicitation must be submitted via email to lois.taylor1@navy.mil by Wednesday 15 July 2020 12:00 PM EST. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Registration is to be done through the System for Award Management (SAM) website https://www.sam.gov 3) All Amendments, if applicable, must be acknowledged. 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) PLEASE SEND ALL OFFERS TO ALL POINTS OF CONTACT
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/514d29c2007745649b64e681abd090cb/view)
- Place of Performance
- Address: Indian Head, MD 20640-5116, USA
- Zip Code: 20640-5116
- Country: USA
- Zip Code: 20640-5116
- Record
- SN05717412-F 20200712/200710230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |