PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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 posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).
Request for Quotation (RFQ) number is N6660425Q0272. This requirement is being solicited on an unrestricted basis as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 513210: Software Publishers. The Small Business Size Standard is $47.0M.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a single award for either a 1-year Argent Basic Support Program or a 3-year Argent Platinum Support Program on a Firm Fixed Price (FFP) basis to ArgSoft Group LLC. (Cage Code: 5D0T5). This award will be on a sole source basis in accordance with FAR 13.106- 1(b). ArgSoft Group LLC is the sole manufacturer and exclusive distributor of the Argent Batch Job Scheduler. There are no known authorized resellers. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.
Please provide quotes for both quotes below. The Government will then choose only one Support Program to purchase.
CLIN 0001 - Argent Basic - 1 Year Support Program, 24x7x365 Argent Professional Support Services, All New Releases and Upgrades, Coverage Period: 1 Mar 2025 - 28 Feb 2026
CLIN 0002 - Argent Platinum - 3 Year Support Program, 24x7x365 Argent Professional Support Services, All New Releases and Upgrades, Coverage Period: 1 Mar 2025 - 28 Feb 2028
Any required deliveries made under this contract shall be F.O.B. Destination, NUWCDIVNPT, Newport RI.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following Federal Acquisition Regulations (FAR) clauses and provisions apply to this solicitation:
52.204-13 System for Award Management Maintenance;
52.204-19 Incorporation by Reference of Representations and Certifications;
52.204-21 Basic Safeguarding of Covered Contractor Information Systems;
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab;
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment;
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law;
52.212-1 Instruction to Offerors – Commercial Item;;
52.212-2 Evaluation – Commercial Item;
52.212-3 Offeror Representations and Certifications – Commercial Items;
52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (Dec 2022);
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial;
52.233-1 Disputes;
52.233-3 Protest After Award;
52.243-1 Changes--Fixed Price;
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities;
52.249-8 Default (Fixed-Price Supply & Service);
In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and
provisions apply to this order:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011);
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dev 2022);
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022);
252.204-7003 Control of Government Personnel Work Product (Apr 1992);
252.204- 7008 Compliance with Safeguarding Covered Defense Information Controls (Oct
2016);
252.204- 7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber
Incident Information (Oct 2016);
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting – Alternate I;
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May
2016);
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018);
252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023);
252.232-7010 Levies on Contract Payments (Dec 2006);
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees
and Consideration (Jan 2023);
252.243-7001 Pricing of Contract Modifications;
252.244-7000 Subcontracts for Commercial Products or Commercial Services;
252.246-7008 Sources of Electronic Parts;
252.247-7023 Transportation of Supplies by Sea;
Full text of incorporated FAR/DFARS clauses and provisions are available at
www.acquisition.gov/far
Electronic push for licenses/subscriptions is 14 days after the date of award, the period of
performance is 3/1/2025-2/28/2026 or as indicated in the Options above; F.O.B. Destination is Newport, RI 02841.
This solicitation requires registration with the System for Award Management (SAM) prior to award,
pursuant to applicable regulations and guidelines. Registration information can be found at
www.sam.gov.
Payment will be made via Wide Area Workflow (WAWF).
The quote shall include price and the following information with submission: point of contact (including
phone number and email address), contractor CAGE code, and contractor SAM UID.
Quotes shall be submitted via electronic submission via email submitted to amy.k.prisco.civ@us.navy.mil and must be received on or before 4 March 2025 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Amy K. Prisco at thefollowing: Amy.K.Prisco.civ@US.NAVY.mil.