Search Contract Opportunities

ServiceNow Services

ID: RFQ1548133 • Alt ID: 0112-02 • Type: Solicitation

Description

COMBINED SYNOPSIS/SOLICITATION #: N0017822RS671 Submitted by: Amanda Marcella NAICS Code: 541512 FSC/PSC Code: DF01 Anticipated Date to be published on GSA.gov: 25 March 2022 Anticipated Closing Date: 15 April 2022 Contracts POC Name: Amanda Marcella Telephone#: (540) 653-0178 Email Address: amanda.m.marcella.civ@us.navy.mil Code and Description: D - IT and Telecom - Information Technology and Telecommunications This is for ServiceNow BPA mandated DoD ESI Agreement holders only. GS-35F-0119Y N66001-19-A-0120 POP 12 months ADC. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N0017822RS671 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a Limited Sources basis for professional services for ServiceNow's Software Asset Management (SAM) and Hardware Asset Management (HAM) module installation and training. ServiceNow, Inc. is located in Santa Clara, California 95054-3311. This procurement aligns with the same tools already deployed. Failure to procure this solution will cause the Government to incur a greater cost for training separately, duplicated equipment/software, increased life cycle operations and increased maintenance cost. The solution must also be compatible (form, fit, and function) with the current infrastructure. There is a Blanket Purchase Agreement (BPA Contract#: N66001-19-A-0120) awarded through the Department of Defense Enterprise Software Initiative (DOD ESI) with Carahsoft Technology, Corp. for Information Technology Asset Management (ITAM) software products. The Department of Navy (DoN) mandates all DoN Organizations and programs to procure software licenses and maintenance through these ESI BPAs when available. Carahsoft Technology Corp. is the sole provider under the mandated ESI vehicle. Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror's unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. Delivery is required as soon as possible after receipt of the order for a period of performance of 12 months. At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposal is due by 15 April 2022, no later than 12:00 p.m. EST with an anticipated award date by 31 May 2022. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to amanda.m.marcella.civ@us.navy.mil prior to the RFP closing. Email should reference Synopsis/Solicitation Number N0017822RS671 in the subject line. Attachments -SF1449: Solicitation/Contract/Order for Commercial Items -Deliverables List -DID DI-MGMT 81605 -CDRL A001 -CDRL A002 -CDRL A003 -CDRL A004 -LSJ
The solicitation/contract/order for commercial items is for the implementation of the Software Asset Management (SAM) and Hardware Asset Management (HAM) modules and associated software licenses for the ServiceNow product. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) and NSWCDD Dam Neck Activity (DNA) require licenses for the HAM and SAM modules, as well as expert services for setup and knowledge transfer. The work includes configuring access, reviewing process flows, implementing workflows, setting up stockrooms, configuring notifications and reports, and integrating with other systems such as BigFix and Cisco Prime. The contractor is required to provide personnel for a total of 1450 hours for the implementation. The delivery location is at NSWCDD in Dahlgren, VA.

The timeframe of the acquisition is not specified in the summary. However, it mentions that deliveries to the Receiving Officer at NSWCDD should be made Monday through Friday from 7:00 a.m. to 2:30 p.m., local time.

One notable requirement is that the contractor must use an agile approach development methodology. They are also responsible for providing project kickoff briefs, project status reporting, a go-live checklist, and known errors/defects documentation.

Overall, this opportunity presents a need for the implementation of SAM and HAM modules for ServiceNow at NSWCDD and DNA. The contractor will be responsible for various configuration tasks and integrations to ensure effective asset management within the organization.

Overview

Response Deadline
April 14, 2022 Past Due
Posted
March 25, 2022
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$16 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 3/24/22 Department of the Navy issued Solicitation RFQ1548133 for ServiceNow Services due 4/14/22. The opportunity was issued full & open with NAICS 611420 and PSC U012.

Documents

Posted documents for Solicitation RFQ1548133

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1548133

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1548133