IT and Telecom – High Performance Compute (Hardware and Perpetual License Software)

From: Federal Government(Federal)
N0042124Q0236_01

Basic Details

started - 23 Apr, 2024 (11 days ago)

Start Date

23 Apr, 2024 (11 days ago)
due - 23 May, 2024 (in 19 days)

Due Date

23 May, 2024 (in 19 days)
Bid Notification

Type

Bid Notification
N0042124Q0236_01

Identifier

N0042124Q0236_01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE NAVY (157282)NAVAIR (14296)NAVAIR NAWC AD (6994)NAVAL AIR WARFARE CENTER AIR DIV (3895)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice.The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) supports a variety of programs in the areas of Information Systems, Unmanned Systems, Cyber Security/Warfare, Combat Systems, and Command, Control, Communications, Computers, and Intelligence (C4I) all in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements to the BPA holders within each commodity. This synopsis/solicitation is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the
synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS).This requirement is Set Aside for Small Business.NAWCAD WOLF intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD WOLF intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 30 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (DEC 2018)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program,Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD WOLF requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345.Delivery will normally be FOB Destination to St. Inigoes, MD. In the event that an FOB point other than St. Inigoes, MD is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than *30 days after posting>, 04:00 pm (EST) via email to: olive.w.rogers.civ@us.navy.mil. Please include N0042124Q0236_01 in the subject line.Responses or questions concerning this announcement should reference the Synopsis Number N0042124Q0236_01 and should be directed to Olive Rogers at olive.w.rogers.civ@us.navy.mil.

Saint Inigoes ,
 MD  20684  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Saint Inigoes

Office Address : BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7 PATUXENT RIVER , MD 20670-1545 USA

Country : United StatesState : MarylandCity : Patuxent River

You may also like

DELIVERY ORDER FOR CABLE MANAGEMENT PERPETUAL LICENSE SOFTWARE

Due: 29 Sep, 2024 (in 4 months)Agency: U.S. SECRET SERVICE

E14042 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)

Due: 08 Dec, 2026 (in about 2 years)Agency: OFFICE OF THE SECRETARY

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)

Due: 27 Sep, 2024 (in 4 months)Agency: OFFICE OF THE SECRETARY

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334118Computer Terminal and Other Computer Peripheral Equipment Manufacturing
pscCode 7B20IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)