The RFP Database
New business relationships start here

Wind River VxWorks


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 



This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-0031.

This requirement is being solicited as unrestricted under North American Industry Classification System (NAICS) Code 541519 as concurred with by the NUWCDIVNPT Office of Small Business Programs. The Small Business Size Standard is $27,500,000.

This requirement is being solicited as a Brand Name Specified Item (No Substitutions Allowed); see attached Brand Name Specification. NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for the following Brand Name Specified Items:

CLIN 0001 - Wind River Workbench 6.9 (Includes VxWorks Binaries), Perpetual, Node Locked (P/N 500-166043), Vx Works 6.9 OEM License (P/N: 500-167949), Support and Maintenance (P/N: 535-103796), Quantity: 1 ; The Period of Performance (Year 1) is date of award thru 12 months thereafter


CLIN 0002-  Thirteen (13) Wind River Production Licenses Term Buyout without Labels, for VxWorks 6.9 OEM, (P/N: 540-183772), Quantity: 1; Required Delivery:  1 week after order award (ARO)


CLIN 0003 (OPTION)- Wind River Workbench 6.9 (Includes VxWorks Binaries), Perpetual, Node Locked (P/N 500-166043), Vx Works 6.9 OEM License (P/N: 500-167949), Support and Maintenance (P/N: 535-103796), Quantity: 1 ; Period of Performance (Year 2): 12 Months (Note: Option POP will be specified in award)

Delivery should be made to the Naval Undersea Warfare Center, Division Newport, Newport, RI 02841. 


Payment will be made via Government Credit Card if no additional fees apply. If fees apply, payment will be made by Wide Area Workflow. 

 

Offers shall include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Quotes must have a validity of no less than 30 days


Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97.  The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation.  The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls and DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting apply to this solicitation. DFARS 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors applies to this solicitation.


The following addenda and/or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Section 508 applies; see clause UW C-2-0003 below:


UW C-2-0003 Accessibility of Electronic and Information Technology

(a)  Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below:





 

X



 

36 C.F.R. § 1194.21 - Software applications and operating systems





 



36 C.F.R. § 1194.22 - Web-based and internet information and applications





 



36 C.F.R. § 1194.23 - Telecommunications products





 



36 C.F.R. § 1194.24 - Video and multimedia products





 



36 C.F.R. § 1194.25 - Self contained, closed products





 



36 C.F.R. § 1194.26 - Desktop and portable computers





X



36 C.F.R. § 1194.31 - Functional Performance Criteria





X



36 C.F.R. § 1194.41 - Information, Documentation, and Support





 

(b)  The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items or a Government Product/Service Accessibility Template (GPAT) for service to document compliance with the indicated Section 508 Standards. 

Please refer to: http://www.itic.org/index.php?submenu=Resources&submenu=Resources&src=gendocs&ref=vpat&category=resources or http://www.buyaccessible.gov/ for more information on VPATs and GPATs or contact http://www.access-board.gov/contact.htm or www.gsa.gov/section508

(c)  The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. 




This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide the above specified brand name items, no substitutions allowed, in the specified quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable.



Offers shall be submitted via email to Connor Sullivan at connor.sullivan@navy.mil. Offers must be received on or before 2:00 p.m. Eastern Standard Time (EST) on or before Friday, 10/26/2018.  Offers received after this date will not be considered for award.


Connor J. Sullivan, Email Connor.Sullivan@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP