SUPSHIP Newport News Parking Program App

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159619819211587
Posted Date: Apr 17, 2024
Due Date: May 8, 2024
Solicitation No: N62793-24-Q-0002
Source: Members Only
Follow
SUPSHIP Newport News Parking Program App
Active
Contract Opportunity
Notice ID
N62793-24-Q-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING CONV AND REPAIR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 17, 2024 11:21 am EDT
  • Original Published Date: Apr 16, 2024 05:40 pm EDT
  • Updated Date Offers Due: May 08, 2024 12:30 pm EDT
  • Original Date Offers Due: May 08, 2024 12:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 23, 2024
  • Original Inactive Date: May 23, 2024
  • 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 News , VA 23607
    USA
Description View Changes

This combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.





This announcement constitutes the only solicitation. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-03 and Defense Federal Acquisition Regulation Supplement Change Notice 01/22/2024.





The North American Industry Classification System (NAICS) code is 513210-SOFTWARE PUBLISHERS. Offerors shall be registered in the System for Award Management (SAM) with the NAICS code identified and completed representations and certifications prior to the closing of this announcement. Additionally, all offerors shall not have any active exclusions listed within SAM.





Note: All offerors shall be registered in SAM.Gov at https://sam.gov/content/home with NAICS code 513210-Software Publishers at time of bid, before being considered for award.





This acquisition is being solicited as FULL AND OPEN COMPETITION.





This is a Firm Fixed Price procurement and will be procured using commercial item procedures. The technical expert will evaluate the quotes based on information furnished by the offeror and specifications provided.





The solicitation number for this procurement is N62793-24-Q-0002. Proposals are being requested in accordance with the information provided in this notice.





This request for quote (RFQ) is a requirement for a Parking Space Management Program Service (Parking Program) website and associated mobile application (APP) service for Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, VA (SSNN) personnel as defined in the attached Performance Work Statement (PWS).





The applicable DOL Wage Determination will be incorporated at time of award.





The offeror’s quote shall contain the following information:



Solicitation number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all solicitation amendments (if applicable). The offer shall also contain all other documentation specified herein.





Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered.





Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offer.





Evaluation/Award: Award selection will be based on Lowest Price Technically Acceptable (LPTA). IAW FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the Government will award a purchase order resulting from this solicitation once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability.





Response Time: All quotes shall be marked with the Solicitation Number, Date and Time, and submitted to Maria Wiatt, Contract specialist at maria.l.wiatt.civ@us.navy.mil. Electronic mail quotes are the only accepted submission. Any questions regarding this solicitation shall be submitted in writing via email to: maria.l.wiatt.civ@us.navy.mil, no later than 01 May 2024. No questions will be addressed via telephone. All deadlines or references to time for this solicitation will be due based on the Eastern Time zone.







The current versions of the following clauses and provisions are hereby incorporated in this contract:



FAR 52.202-1, Definitions,



FAR 52.203-5, Covenant Against Contingent Fees,



FAR 52.203-6, Restrictions on Subcontractor Sales to the Government,



FAR 52.203-7, Anti-Kickback Procedures,



FAR 52.204-12, Unique Entity Identifier Maintenance,



FAR 52.204-13, System for Award Management Maintenance,



FAR 52.204-19, Incorporated by Reference of Representations and Certifications,



FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems,



FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities,



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment,



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment,



FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation,



FAR 52.204-27 Prohibition on a Byte Dance Covered Application,



FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations,



FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services,



FAR 52.212-2, Evaluation—Commercial Products and Commercial Services,



FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services,



FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services,



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services,



FAR 52.219-8, Utilization of Small Business Concerns,



FAR 52.219-28, Post-Award Small Business Program Representation,



FAR 52.222-3 Convict Labor,



FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies,



FAR 52.222-26 Equal Opportunity,



FAR 52.222-35, Equal Opportunities for Veterans,



FAR 52.222-36, Equal Opportunities for Workers with Disabilities,



FAR 52.222-37, Employment Reports on Veterans,



FAR 52.222-50, Combating Trafficking in Persons,



FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving,



FAR 52.225-1, Buy American Act-Supplies,



FAR 52.225-13, Restrictions on Certain Foreign Purchases,



FAR 52.232-1, Payments,



FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management,



FAR 52.232-39, Unenforceability of Unauthorized Obligations,



FAR 52.233-3, Protest After Award,



FAR 52.233-4, Applicable Law or Breach of Contract Claim,



FAR 52.243-1, Changes—Fixed Price,



FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services,



FAR 52.246-16, Responsibility for Supplies,



FAR 52.252-2, Clauses Incorporated by Reference,



DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Services,



DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights,



DFARS 252.204-7003, Control of Government Personnel Work Product,



DFARS 252.204-7006, Billing Instructions-Cost Vouchers,



DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting,



DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services,



DFARS 252.211-7003, Item Unique Identification and Valuation,



DFARS 252.225-7048, Export-Controlled Items,



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports,



DFARS 252.232-7006, Wide Area Workflow Payment Instructions,



DFARS 252.232-7010, Levies On Contract Payments,



DFARS 252.247-7023, Transportation of Supplies by Sea.





All current versions of provisions and clauses may be accessed electronically at https://www.acquisition. gov/content/regulations and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 4101 WASHINGTON AVE BLDG 2
  • NEWPORT NEWS , VA 23607-2787
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 16, 2024[Combined Synopsis/Solicitation (Original)] SUPSHIP Newport News Parking Program App
May 2, 2024[Combined Synopsis/Solicitation (Updated)] SUPSHIP Newport News Parking Program App

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 >