Rhode Island Bids > Bid Detail

SOLE SOURCE - CAMEO SYSTEM SOFTWARE

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159672521226633
Posted Date: Jan 30, 2024
Due Date: Jan 31, 2023
Source: https://sam.gov/opp/b6b64c57df...
Follow
SOLE SOURCE - CAMEO SYSTEM SOFTWARE
Active
Contract Opportunity
Notice ID
N6660424Q0023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2024 10:19 am EST
  • Original Response Date: Jan 31, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Newport , RI 02841
    USA
Description

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm-Fixed-Price (FFP) purchase order on a sole source basis to DS Government Solutions Corp. for the following Primary License Charge (PLC) and Annual License Charge (ALC) Contract Line Items (CLIN):





CLIN 0001 - Cameo Systems Modeler - Architect Edition (Shareable), Qty 5



CLIN 0002 - Cameo Systems Modeler - Architect Edition (Nodelock), Qty 5



CLIN 0003 - Alf Plugin (Shareable), Qty 5



CLIN 0004 - Alf Plugin (Nodelock), Qty 5



CLIN 0005 - Cameo Concept Modeler Plugin (Shareable), Qty 5



CLIN 0006 - Cameo Concept Modeler Plugin (NodelocDk), Qty 5



CLIN 0007 - Merge Plugin (Shareable), Qty 5



CLIN 0008 - Merge Plugin (Nodelock), Qty 5



CLIN 0009 - Cameo DataHub Plugin (Shareable), Qty 5



CLIN 0010 - Cameo DataHub Plugin (Nodelock), Qty 5



CLIN 0011 - Cameo Business Modeler Plugin (Shareable), Qty 5



CLIN 0012 - Cameo Business Modeler Plugin (Nodelock), Qty 5



CLIN 0013 - ParaMagic Plugin (Shareable), Qty 5



CLIN 0014 - ParaMagic Plugin (Nodelock), Qty 5



CLIN 0015 - Cameo Simulation Toolkit Plugin (Shareable), Qty 5



CLIN 0016 - Cameo Simulation Toolkit Plugin (Nodelock), Qty 5



CLIN 0017 - UAF Plugin (Shareable), Qty 5



CLIN 0018 - UAF Plugin (Nodelock), Qty 5





Period of Performance for all above CLIN shall be 29 March 2024 to 28 March 2025. Technical Point of Contact (TPOC) for digital products and key-codes will be provided at award.





This notice is not a request for competitive quotes. All responsible sources may submit a capability statement, which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.





The Government intends to award a single FFP purchase order. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.





The below 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, Offeror Representations and Certifications – 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 additional following FAR clauses cited in 52.212-5 are applicable to the



--52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



-- 52.219-28, Post Award Small Business Program Representation (Sep 2021);



-- 52.222-3, Convict Labor (June 2003);



-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019);



-- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)



-- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);



-- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);



-- 52.222-50, Combating Trafficking in Persons (Nov 2021);



-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);



-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).



DFARS 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.



The available payment methods are Government Purchase Card (MasterCard) and payment via Wide Area Workflow (WAWF). If all unit prices are under $5,000.00/each, the Government preferred payment method is Purchase Card. If any unit price is over $5,000.00/each, or if the vendor quotes a charge for credit card payments, payment shall be made via WAWF.





Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/





OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION WITH SUBMISSIONS:



(1) Separate Firm Fixed Pricing for each CLIN



(2) Point of Contact (including name, phone number and email address)



(3) Contractor CAGE Code and/or DUNs Number



(4) Confirmation that the contractor accepts MasterCard.



(5) Confirmation of additional charges for credit card payments.





If any Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2024 10:19 am ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >