Skip to main content

An official website of the United States government

You have 2 new alerts

AERVA Digital Software

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: Apr 05, 2022 02:12 pm EDT
  • Original Published Date: Apr 05, 2022 01:48 pm EDT
  • Updated Date Offers Due: Apr 11, 2022 01:00 pm EDT
  • Original Date Offers Due: Apr 11, 2022 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 11, 2023
  • Original Inactive Date: Apr 11, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.

The RFQ number is N4523A22RCAERVAAERVA. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and DFARS Change Notice 20220318. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:

https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars

The NAICS code is 541519. The small business size standard is $30 Million. The Government intends to negotiate and award the resultant contract for this requirement for AERWAVE proprietary software, software licenses, software renewal support, for existing media player software for the three public shipyards: Norfolk Naval Shipyard (NNSY), Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHSNY & IMF), and Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF). AERVA DMPSs are the ONLY digital signage devices certified for use on the NMCI network.

See the attached Justification for Brand Name.

This is for AERWAVE proprietary software, software licenses, software renewal support, for existing media player software for the three public shipyards: Norfolk Naval Shipyard (NNSY), Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHSNY & IMF), and Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) in accordance with Data Requirements List. The period of performance is 06-01-22 to 05-31-23.

The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

The following FAR provision and clauses are applicable to this procurement:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7 System for Award Management

52.204-9 Personal Identity Verification of Contractor Personnel

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance)

52.204-16 Commercial and Government Entity Code Reporting

52.204-17 Ownership of Control of Offeror

52.204-18 Commercial and Government Entity Code Maintenance)

52.204-19 Incorporation by Reference of Representations and Certifications

52.204-20 Predecessor of Offeror

52.204-21 Basic Safeguarding of Covered Contractor Information Systems

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

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

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

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation

52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law

52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use

52.211-15 Defense Priority and Allocation Requirements

52.212-1 Instructions to Offerors - Commercial Items

52.212-2 Evaluation—Commercial Items

52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items

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

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

52.217-9 Option to Extend the Term of the Contract

52.219-6 Small Business Program Representation

52.219-28 Post Award Small Business Representation

52.222-3 Convict Labor

52.222-19 Child Labor-Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-5 Pollution Prevention and Right-to-Know Information

52.223-11 Ozone-Depleting Substances

52.223-18 Contractor Policy to Ban Text Messaging while Driving

52.225-13 Restriction on Foreign Purchases

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs

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

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.242-15 Stop-Work Order

52.247-34 F.O.B. Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

52.252-6 Authorized Deviations in Clauses

52.253-1 Computer Generated Forms

Additional contract terms and conditions applicable to this procurement are:

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials

DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.204-7006 Billing Instructions

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors

DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Transportation of Supplies by Sea

NAVSEA CLAUSES

C-202-H001                         ADDITIONAL DEFINITIONS–BASIC

C-204-H001         USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES

C-211-H018                         APPROVAL BY THE GOVERNMENT

C-212-W002                        COMMERCIAL SUPPLIER AGREEMENTS

C-227-H010         COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT

C-246-H001                         EXTENSION OF COMMERCIAL WARRANTY                                      

E-246-H016                         INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES

F-242-H001                          CONTRACTOR NOTICE REGARDING LATE DELIVERY

F-247-H004                          F.O.B. DESTINATION                                                                                                                     

G-232-H002         PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE

G-232-H005                         SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING

G-242-H001         H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES

Evaluation Criteria:

52.212-2 Evaluation--Commercial Items (Oct 2014)

(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.  

(1) TECHNICAL ACCEPTABILITY

Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable.  

Technical Evaluation Ratings:

Rating: Acceptable

Description: Submission clearly meets the minimum requirements of the solicitation

Rating: Unacceptable

Description: Submission does not clearly meet the minimum requirements of the solicitation

If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award.

(2) PRICE

The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days.

Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts.  Failure to submit the requested information may result in disqualification of the submitted quote.

System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

METHOD OF PROPOSAL SUBMISSION:

All quotes must be sent via email to steven.w.carlberg.civ@us.navy.mil.  Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541519, and payment terms.  Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than April 11th, 2022 at 1:00 PM EST.

******* End of Combined Synopsis/Solicitation ********

Contact Information

Contracting Office Address

  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History