Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

70 -- ESL/ESU Microsoft Windows Embedded Standard 7 Operating System

Notice Date
5/19/2022 2:46:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833522R0213
 
Response Due
6/9/2022 1:00:00 PM
 
Archive Date
07/09/2022
 
Point of Contact
Robert G Battaglia, Phone: 7323237535
 
E-Mail Address
robert.battaglia@navy.mil
(robert.battaglia@navy.mil)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial Software Support prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposal are requested and a separate written solicitation will not be issued. NAWCAD intends to procure from the OEM or Authorized Distributor basis; Extended Service Licenses/Extended Security Updates (ESL/ESU) for Microsoft Windows Embedded Standard 7 Operating System, SKU numbers RES-00002 Year 1, REX-00001 Year 2, and RET-00001 Year 3, for its Program Loader Sets (PLS). �The initial base contract will be for 774 ESLs each for Year 1 and Year 2. �The option period will include �774 ESL/ESU Year 3, �plus an additional 38 ESL/ESU for Year 1, Year 2, and Year 3. � Microsoft ceased support for the Windows Embedded Standard 7 Operating System in October 2020. �The ESL/ESU runs from 14 Oct 2020 � 12 Oct 2021 for year one, 13 Oct 2021 � 11 Oct 2022 for year two, and 12 Oct 2022- 10 Oct 2023 for year three. �Microsoft requires the Government to purchase an Ecosystems Partners Service Offering (EPSO) directly from Microsoft prior to authorizing the sell of the ESL/ESU, however but initiated by the Authorized Distributor. the ESL/ESU, NAWCAD will require While delivery shall be within 60 days after contract award, or within 15 days after EPSO establishment, whichever occurs first. �Electronic delivery of the ESL/ESL to the individual or person identified in the eventual contract award. NAWCAD intends to issue this contract on a limited source basis to Microsoft or one of its authorized distributors. Award will be on a LPTA basis to the company that can best meet the Government�s requirement. �The basic award will be for 774 each of year 1 and year 2 Microsoft Windows Embedded Standard 7 Operating System ESL/ESU. �Desired options for the 3rd year of updates would include 38 each of year 1 and year 2 ESL/ESU and 812 year 3 ESL/ESU. �Interested parties may submit proposals for review by NAWACD Subject Matter Engineers to determine if the proposal demonstrates that the offeror has understanding of the NAWCAD requirement and is able to provide the proper licenses. �The following information will form the basis for acceptability. � 1.�� �Address the EPSO processing procedures to demonstrate vendor familiarity with the requirement. 2.�� �Ability to meet the procurement of year 3 requirements as an option. �This criterion will be removed if Microsoft Corporation will not support an option from the vendor, provided all other offerors have the same obstacle. � 3.�� �For pricing purposes, an award date of 16 July 2022 should be planned. The CLIN Structure will be: CLIN �� �SKU Number�� �Quantiy�� ��� �Description 0001 �� �RES-00002�� �774�� ��� �License Covering updates from 14 Oct 2020 � 12 Oct 2021 � 0002�� �REX-00001�� �774�� ��� �License Covering updates from 13 Oct 2021 � 11 Oct 2022 OPTIONS 0003�� �RES-00002�� �38�� ��� �License Covering updates from 14 Oct 2020 � 12 Oct 2021 0004�� �REX-00001�� �38�� ��� �License Covering updates from 13 Oct 2021 � 11 Oct 2022 0005�� �RET-00001 �� �812�� ��� �License Covering updates from 12 Oct 2022 � 10 Oct 2023 The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offerer must comply with the following commercial item terms and conditions, which are incorporated herein by reference:� 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition;� 52.212-4, Contract Terms and Conditions - Commercial Items;� 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34.� 52.204-21, Basic Safeguarding of Covered Contractor Information Systems;� 52.204-25 Covered Telecommunications Equipment or Services-Representation;� 252.204-7020, NIST SP 800-171 DoD Assessment Requirements;� 52.204-7021, Cybersecurity Maturity Model Certification Requirements� 52.204-13, System for Award Management Maintenance� 252.203-7000 , Requirements Relating to Compensation of Former DoD Officials;� 252.204-7009 , Limitations on the Use or Disclosure of Third�Party Contractor Reported Cyber Incident Information;� 252.204-7012 , Safeguarding Covered Defense Information and Cyber Incident Reporting;� 252.204-7020 , NIST SP 800-171 DoD Assessment Requirements;� 252.204-7015 , Notice of Authorized Disclosure of Information for Litigation Support� 252.204-7021 , Cybersecurity Maturity Model Certification Requirements;� 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program� 52.204-16, Commercial and Government Entity Code Reporting; 52.204-7,� System for Award Management;� 52.209-7, Information Regarding Responsibility Matters;� 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan;� 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020);� 252.203-7005 , Representation Relating to Compensation of Former DoD Officials;� 252.204-7007 , Alternate A, Annual Representations and Certifications� 252.204-7008 , Compliance with Safeguarding Covered Defense Information Controls;� 252.209-7002 , Disclosure of Ownership or Control by a Foreign Government� The Following Certifications must be submitted with your Proposal. FAR 52.204-24 FAR 52.204-26 Please submit proposals electronically to robert.g.battaglia.civ@us.navy.mil. �Further information can be obtained from Robert Battaglia, 609 732 7535, and or to the above email address, robert.g.battaglia.civ@us.navy.mil. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to contractors.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/871ca7b0dcba472c91b05849db753041/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN06332949-F 20220521/220519230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.