Skip to main content

An official website of the United States government

You have 2 new alerts

Mini-WISP 2 Units Software Upgrades

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 (Original)
  • Original Published Date: Aug 10, 2023 09:01 am EDT
  • Original Date Offers Due: Aug 20, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 04, 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:

Description

23R0108

This is a combined synopsis/solicitation for BRAND NAME MANDATORY commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: Mini-Wisp Units Software Upgrade to Version 20.04This solicitation will be competed full and open. This announcement constitutes the only solicitation and a written solicitation will not be issued. Quotes are being requested under Request for Quotation (RFQ) no. N0017423R0108. The NAICS code is 513210. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020‐01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531. 

The Basis for Award will be Lowest Price Technically Acceptable from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, given the factors considered. The Government intends to evaluate all timely quotes received from eligible vendors. The Government intends to evaluate quotations and award a contract without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

Evaluation Factors (in order of importance)

 

  1. Technical – Quotes must reflect the required specifications included in the RFQ‐ IAW 1.0 of the SOW.

 

  1. Price – Quotes must include all applicable costs.

Quote packages are due by 20 August 2023 10:00 AM EST. Late quotes will not be considered.

Quote packages shall INCLUDE THE COMPLETED/FILLED IN RFQ and needs to be emailed to erika.n.cabot.civ@us.navy.mil and contain a cover sheet that provides the following information:

  1. Official Company Name;
  2. Point of contact including name and phone number; and
  3. DUNS number and Cage Code.

The Points of Contact for this acquisition is

1. Erika.n.cabot.civ@us.navy.mil 

Contact Information

Contracting Office Address

  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 04, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)