Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SPECIAL NOTICE

D -- SOLE SOURCE - COLTS SOFTWARE LICENSE AND MAINTENANCE

Notice Date
4/4/2025 4:01:50 AM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0321
 
Response Due
4/7/2025 5:00:00 AM
 
Archive Date
04/22/2025
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis and Solicitation 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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2). Request for Quote (RFQ) number is N6660425Q0321. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to Avantix LLC on a Sole Source basis in accordance with FAR 13-106-1(b) for Colts Application according to the CLIN structure below. The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this 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 for the purposes of determining whether to conduct a competitive requirement in the future. CLIN 0001 Software License and Maintenance renewal � Base Year POP 16 May 2025 to 15 May 2026 CLIN 0002 Software License and Maintenance renewal � Option Year 1 POP 16 May 2026 to 15 May 2027 CLIN 0003 Software License and Maintenance renewal � Option Year 2 POP 16 May 2027 to 15 May 2028 CLIN 0004 Software License and Maintenance renewal � Option Year 3 POP 16 May 2028 to 15 May 2029 CLIN 0005 Software License and Maintenance renewal � Option Year 4 POP 16 May 2029 to 15 May 2030 Required delivery is a period of performance 16 May 2025 to 15 May 2030 This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 334515. The Small Business Size Standard is 750 Employees. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following clauses and provisions apply to this solicitation: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) - FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services - FAR 52.212-2, Evaluation � Commercial Items; - FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause. Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)). This solicitation requires an 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. For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil . The property or services needed by the agency are available from only one responsible source and no other type of property or services will satisfy the needs of the agency. The COLTS application is a proprietary software owned and maintained by Avantix,LLC. Avantix is the only company capable of providing the necessary software for continued operations of the SubHDR inventory configuration management and failure tracking system. The COLTS application database contains over twenty (20) years of configuration and maintenance records that is vital to the operation of the SubHDR NMC and record keeping and configuration management requirements for the SubHDR mast program. Attempting to find an alternative software solution would result in extensive cost and schedule delays and would impact NUWCDIVNPT�s ability to meet the emergent needs of the Fleet. The COLTS application is a proprietary software owned and maintained by Avantix, LLC. Avantix is the only company capable of providing the necessary software for continued operations of the SubHDR inventory configuration management and failure tracking system. The COLTS application database contains over twenty (20) years of configuration and maintenance records that is vital to the operation of the SubHDR NMC and record keeping and configuration management requirements for the SubHDR mast program. Attempting to find an alternative software solution would result in extensive cost and schedule impact NUWCDIVNPT�s ability to meet the emergent needs of the Fleet. Avantix LLC is the only Manufacturer/Vendor that can fulfill this type of procurement in a quality, application, cost effective, and timely matter. Otherwise facing substantial duplication of cost to the NAVY which is not expected to be recovered through competition; or unacceptable delays in fulfilling the agency's needs. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. The quote may be submitted via email to the email address below and must be received on or before 04 April 2025, 11:00AM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae0443599fab4123bd78cb7350248086/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07397844-F 20250406/250404230049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.