Quality First Test Software
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159411511772884 |
Posted Date: | Nov 8, 2022 |
Due Date: | Nov 18, 2022 |
Solicitation No: | N0017823Q6625 |
Source: | https://sam.gov/opp/689e5c917f... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Nov 08, 2022 01:33 pm EST
- Original Date Offers Due: Nov 18, 2022 05:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Dec 03, 2022
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
-
NAICS Code:
- 513210 - Software Publishers
-
Place of Performance:
Dahlgren , VA 22448USA
COMBINED SYNOPSIS/SOLICITATION #: N0017823Q6625
Submitted by: Terrence Turner
NAICS Code: 513210
FSC/PSC Code: DA10
Anticipated Date to be published in SAM.gov: 11/08/2022
Anticipated Closing Date: 11/18/2022
Contracts POC Name: Terrence Turner
Telephone#: 540-653-2694
Email Address: terrence.o.turner.civ@us.navy.mil
Code and Description: It And Telecom - Business Application/Application Development Software As A Service Support services, delivered as a service contract (SaaS or Subscription) involved with the analysis, design, development, code, test and release packaging services associated with application development projects, as well as off-the-shelf Business software.
Synopsis/Solicitation N0017823Q6625 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 Brand Name or Equal basis to Quality First Software for the following manufactured products: NPN-QFS-SUB20 QFS Subscription renewal to include maintenance and support for 20 QF-Test/swing developer licenses including minor, medium and major upgrades for 12 months. Quality First Software is located in OTTAWA, ON.
Part # Description Quantity
NPN-QFS-SUB20 QFS Subscription Renewal 1
The QFS is an automated Java testing tool that will be built into pipelines to automate the testing of Java applications delivered to shore-based fleet personnel who support the Submarine Launched Ballistic Missile Program (SLBM). The shore-based Fleet users of the software that will be tested using QF-Test are located at United States Strategic Command (USSTRATCOM), Atlantic and Pacific Commander Task Groups, Trident Training Facilities and Commander Submarine Force (COMSUB) Groups.
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 offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors 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.
At time of proposal submission please submit any historical data as well as published pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. 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 18 November 2022, no later than 5:00 p.m. EST with an anticipated award date by December 2022. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail toterrence.o.turner.civ@us.navy.mil prior to the RFP closing. Email should reference Synopsis/Solicitation Number N0017823Q6625 in the subject line.
Attachments –
-SF18: Request for Quotations
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
- Terrence Turner
- terrence.o.turner.civ@us.navy.mil
- Phone Number 5406532694
- Nov 08, 2022 01:33 pm ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.