Skip to main content

An official website of the United States government

You have 2 new alerts

HYPACK Technical Support

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: Oct 15, 2024 08:55 am EDT
  • Original Date Offers Due: Oct 17, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 01, 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:
    Norfolk , VA 23511
    USA

Description

Combined Synopsis/Solicitation N4008525Q2500


This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 5.1 and 5.2, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.5, as supplemented with the additional information included in this notice. The government intends to solicit and negotiate with only one source under authority FAR 13.106-1(b)(1) - The proposed contract action is for a brand name only. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on (https://Sam.Gov/).


The solicitation number is N4008525Q2500 and is issued as a Request for Quote (RFQ). This is the only RFQ for this requirement, it includes all the terms, and conditions as well as applicable FAR and DFARS clauses and provisions with respect to the anticipated purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-03, effective February 23, 2024. 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/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 513210 and the Small Business Standard is $47 million. This requirement is being procured as Unrestricted.


The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate on a Sole Source basis to HYPACK, 56 Bradley St, Middletown, CT, 06457, USA, under the authority of FAR 13.106-1(b)(1)(i).
Responsible parties may identify their interest and capability to respond to the requirement, or submit a quote by the date and time specified. This notice of intent is not a request for competitive quotations. However, quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.


Period of Performance: The anticipated Period of Performance is for a base and four option periods as follows:
Base Year 11/1/2024 – 10/31/2025
Option Year 1 11/1/2025 – 10/31/2026
Option Year 2 11/1/2026 – 10/31/2027
Option Year 3 11/1/2027 – 10/31/2028
Option Year 4 11/1/2028 – 10/31/2029


Attachments: Please refer to the following attachments for additional information:
I. Sole Source Justification
II. Specifications


The following FAR provisions and clauses are applicable to this procurement:
52.204-7, System for Award Management (Oct 2018)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
52.204-18, CAGE Maintenance (Aug 2020)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)
52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.212-1, Instructions to Offerors - Commercial Items; (March 2023)
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; (Dec 2022)
52.212-4, Contract Terms and Conditions - Commercial Items; (December 2022)
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Services (March 2023)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020)
52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328)
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment (Nov 2021)
52.219-28, Post Award Small Business Program Representation (March 2023)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (April 2015)
52.222-26, Equal Opportunity (Sept 2016)
52.222-36, Equal Opportunity for Workers w/ Disabilities (June 2020)
52.222-50, Combatting Trafficking in Person (Nov 2021)
52.225-13, Restriction on Foreign Purchases (Feb 2021)
52.232-33, Payment by Electronic Funds Transfer – SAM (Oct 2018)
52.232-39, Unenforceability of Unauthorized Obligations (June 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (March 2023)
52.243-1 Alt I, Changes- Fixed Price (Aug 1987)
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2, Clauses Incorporated by Reference (Feb 1998)
Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000, Requirements Related to Compensation of Former DOD Officials (Sep 2011)
252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Dec 2022)
252.203-7005, Representation Relating to Compensation of Former DOD Officials (Sep 2022)
252.204-7003, Control of Government Personnel Work Products (April 1992)
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services – Representation (May 2021)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services (Jan 2023)
252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements (Mar 2022)
252.204-7020 NIST SP 800-171 DOD Assessment Requirements (Nov 2023)
252.211-7003 Item Identification & Valuation (Jan 2023)
252.225-7001, Buy American Act & Balance of Payments Program (Jan 2023)
252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)
252.225-7048, Export-Controlled Items (June 2013)
252.225-7055, Representation Regarding Business Operations with the Madura Regime (May 2022)
252.225-7056, Prohibition Regarding Business operations with the Maduro Regime (Jan 2023)
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Certification (Dec 2022)
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023)
252.225-7972 (Dev 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (Dev 2020-O0015) (May 2020)
252.232-7003 Electronic Submission of Payment Request (Dec 2018)
252.232-7006 Wide Are Workflow Payment Instructions (Jan 2023)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023)
252.244-7000 Subcontracts for Commercial Items (Jan 2023)
252.247-7023 Transportation of Supplies by Sea (Jan 2023)


This announcement will close at 2:00pm Eastern Standard Time on October 17, 2024. The POC is Phylysha Cherry who can be reached via email at phylysha.cherry@navy.mil.


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/.

Contact Information

Contracting Office Address

  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Nov 01, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)