Search Contract Opportunities

Affinity V2 Universal License

ID: N00421-24-SIMACQ-51000MA-0233 • Type: Synopsis Solicitation

Description

THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." A determination by the Government not to compete this effort is solely within the discretion of the Government. The Government will not pay for any information received.

This announcement constitutes the only solicitation, and a written solicitation will not be issued. The Government will consider other bids. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 334220, and PSC Code 1680.

****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. ****

The contractor shall provide:

(8) total Licenses of Affinity V2 Universal License Business Perpetual

Please see attached Statement of Work and Specifications file.

The anticipated Delievery Date is 01 August 2024.

This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability.

Shipping Charges:

Shipping does not apply to this requirement.

Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670

Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2020) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2018-O0021) is incorporated by reference.

52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)

(a) Definitions. As used in this clause--

Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited.

Information technology, as defined in 40 U.S.C. 11101(6)--

(1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use-

(i) Of that equipment; or

(ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product;

(2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but

(3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract.

(b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023, "No TikTok on Government Devices" Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor's employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13.

(c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts, including subcontracts for the acquisition of commercial products or commercial services.

(End of clause).

Quotes are due to Kalyn Petrillo, Contract Specialist via email, at kalyn.r.petrillo.civ@us.navy.mil by 3:00 PM Eastern Local Time, Friday June 28th 2024.

Please provide the following information with your quote:

  1. CAGE Code:
  2. UEI #:
  3. Payment Terms of NET 30.
  4. Pricing - are these items on a commercial published, on-line, or internal Price list.
  5. If available on a price list provide a copy. All price listings will be kept confidential.
  6. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.)
  7. Estimated Delivery Date or Period of Performance:
  8. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
Background
The Air Vehicle Stores Compatibility (AVSC) Team is procuring the identified software in support of test programs supported by the AVSC, AN025. The Affinity software is used to edit fit, preflight, and post flight photographs that is used to support all stores compatibility and weapon separation test programs on the JSF, P-8, H-60, F-18, and AV-8B aircraft platforms. The Affinity software allows for batch editing of groups of photos, adding watermarks for classification and distribution statements and adding redaction as necessary.

Work Details
The contractor shall provide 8 total Licenses of Affinity V2 Universal License – Business Perpetual. The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award.

Period of Performance
The anticipated Delivery Date is 01 August 2024.

Place of Performance
All required support should be delivered within 30 days after receipt of an order.

Overview

Response Deadline
June 28, 2024, 3:00 p.m. EDT Past Due
Posted
June 20, 2024, 2:58 p.m. EDT
Set Aside
None
Place of Performance
Patuxent River, MD 20670 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$50,000 - $100,000 (AI estimate)
Signs of Shaping
The solicitation is open for 8 days, below average for the NAWC Aircraft Division.
On 6/20/24 NAWC Aircraft Division issued Synopsis Solicitation N00421-24-SIMACQ-51000MA-0233 for Affinity V2 Universal License due 6/28/24. The opportunity was issued full & open with NAICS 334220 and PSC 1680.
Primary Contact
Name
Kalyn Petrillo   Profile
Phone
(240) 561-8926

Documents

Posted documents for Synopsis Solicitation N00421-24-SIMACQ-51000MA-0233

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N00421-24-SIMACQ-51000MA-0233

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00421-24-SIMACQ-51000MA-0233

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00421-24-SIMACQ-51000MA-0233

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
July 13, 2024
Last Updated By
kalyn.r.petrillo.civ@us.navy.mil
Archive Date
July 13, 2024