Skip to main content

An official website of the United States government

You have 2 new alerts

Emergency Messaging Call Multiplier Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 19, 2024 12:25 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 04, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Newport , RI 02840
    USA

Description

AMENDMENT #1: Extending closing, to 08/20/2024 @ 1400 EST. 

This action is being processed as a 100% small business set‐aside, under the applicable North American Industry Classification System (NAICS) code 541519. The Small Business Size Standard is 150 Employees. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604‐24‐Q‐0184.

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP) basis, services for Emergency Notification Messaging System services, as outline in the attached Statement of Work (“SOW”) (See, Attachment #1)

For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below:

 CLIN

Item Description

Period of Performance

CLIN 0001

Emergency Notification Messaging System, as enumerated for in SOW

1-year, from award

CLIN 0002

(Option #1)

Emergency Notification Messaging System, as enumerated for in SOW

1-year

CLIN 0003

(Option #2)

Emergency Notification Messaging System, as enumerated for in SOW

1-year

CLIN 0004

(Option #3)

Emergency Notification Messaging System, as enumerated for in SOW

1-year

CLIN 0005

(Option #4)

Emergency Notification Messaging System, as enumerated for in SOW

1-year

The requested Period of Performance is: 1-year, from time of award – with 4 additional Option Years included. Early delivery is acceptable.

Section 508 Requirement Exception #2 applies.

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).

The following provisions also apply to this solicitation:

FAR 52.212-1 Instruction to Offerors – Commercial Item

FAR 52.212-2 Evaluation – Commercial Items

FAR 52.212-3 Offeror Representations and Certifications – Commercial Items

FAR 52.217-5 Evaluation of Options

FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item

The following clauses also apply to this solicitation:

52.212-4 Contract Terms and Conditions – Commercial Items

 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items

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

52.209-11 – Representation by Corporations Regarding Delinquent Tax

The following Defense Federal Acquisition Regulations Supplement (DFARS) Clauses also 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

252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.

Offeror shall have had completed and submitted Federal Acquisition Regulations (FAR) Provision 52.204-26 ‘Covered Telecommunication Equipment or Services- Representation’, in their SAM.gov profile and must list, “DOES NOT” to be considered valid.

Electronic Payment through Wide Area Workflow (WAWF) will be used for payment.

Offerors shall provide point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a quote validity date of no less than 30 days from due date for receipt of offers.  Offerors shall include price and delivery terms in their quote.

The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable:

  1. The offeror must quote these services that are IAW the attached SOW.
  2. The offer shall meet the below mandatory requirements:

      • Supports up to 11,000 users (increase from 7,500) and 5 Administrators

      • Sends Robocall, email, or text emergency messages 7/24/365

      • Unlimited emergency messages can be sent

      • Dashboard interface is provided for reporting and Administration

      • Website provides easy access for 11,000 users to opt into the system

      • Messaging system will perform 3 attempts to deliver in the event of a failed message

      • No software installed on government computers or servers

  1. The offeror must quote these services that are IAW the attached SOW.
  2. The Government will consider Past Performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
  3.  Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.

Offers must be uploaded into the NASA SEWP portal. Offers must be received no later than 2:00 p.m. (EST) on Monday, 19 AUG 2024. Offers received after this date and time are late and may not be considered for award. For information on this acquisition, contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History