SOLICITATION NOTICE
74 -- SUNRAY CLIENTS COMPUTER NETWORK UPGRADE
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024411T0508
- Response Due
- 9/8/2011
- Archive Date
- 9/23/2011
- Point of Contact
- Isabelito M. Cabana 619-532-2557
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0508. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50 and DFARS Change Notice 20110518. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 423430 and the Small Business Standard is 100. The proposed contract is 100% set aside for small business concerns. The brand name and model number of the product(s) are: VARIOUS “ SEE STATEMENT OF WORK (SOW). In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: CLIN 0001 UPGRADE TO EXISTING SUN RAY CLIENTS COMPUTER NETWORK “ SEE STATEMENT OF WORK (SOW) AND SPECIFICATIONS Delivery/Period of performance is ninety (90) days after receipt of order; Delivery Location is San Diego, CA 92136. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 including: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-35, Equal Opportunity; 52.222-37, Employment Reports on Veterans; 52.223-18, Texting and Driving; 52.225-3, Buy American Act; 52.232-18, Availability of Funds, and 52.232-33, Payment by Electronic Funds Transfer. Quoters SHALL include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act and Balance of Payment Program This announcement will close at 3 pm on September 8, 2011. Contact Isabelito M. Cabana who can be reached at 619-532-2557 or email isabelito.cabana@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i)TECHNICAL SPECIFICATION OF PROPOSED ITEM (ii)PAST PERFORMANCE (iii)PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A œwill comply statement without accompanying technical specifications and/or drawings of product being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) and delineated in SOW will be further evaluated under Factors (ii), and (iii). In the second step of evaluating the offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, combined with factor (i) is approximately of equal importance with Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL SPECIFICATION OF PROPOSED ITEM. Factor (i), will be assessed by evaluating technical information submitted in response to this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Criteria to use is conformance to ALL requirements delineated in the SOW. Offers which are determined to be technically unacceptable may not be considered for further for award. (c) Offeror's PAST PERFORMANCE information will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Additional instruction to offerors: Offers must include following: (1)Signed priced offer on company letterhead (see FAR 52.212-1) with point of contact information, DUNS, Cage Code, business size/type, and payment terms. (2)List of items directly showing conformance (or exceeding) requirements delineated in SOW; shall include enough details for proper evaluation. (3)Past performance information “ i.e. contracts of similar supplies/services provided in the past 3 years (see above). (4)Completed FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items FAR Clauses maybe accessed at https://www.acquisition.gov/. Submit quote/s as ATTACHMENT to email to Isabelito.cabana@navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0508/listing.html)
- Record
- SN02548930-W 20110827/110825235243-696b760a05dabed30861c4440ef627e8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |