Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2013 FBO #4169
SOLICITATION NOTICE

70 -- NetApp Brand Name IT Solution for NCIS.

Notice Date
4/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010413QQ315
 
Response Due
4/26/2013
 
Archive Date
5/11/2013
 
Point of Contact
DEBORAH J. THOMAN 717-605-3522
 
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 under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quote (RFQ), N00104-13-Q-Q315, is for a NetApp Brand Name IT solution. The customer and the ship to is the Naval Criminal Investigative Service (NCIS), Quantico, VA 22134; FOB destination applies. The RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-66. The NAICS code is 334112 and the Size Standard is 1,000. This is a Small Business Set-Aside.; therefore only Small Businesses shall respond to this RFQ. In order to participate, the vendor shall be a NetApp authorized reseller certified at the Star, Platinum, Gold or Silver Level. Proof of certification shall be provided with the quote submission. Attached is an Excel spreadsheet of the hardware description, part numbers and quantities. Please use this spreadsheet as a pricing tool for quote submissions. Also, provided as an attachment is the Brand Name Source Justification. The Delivery Date is 30 days after receipt of order; unless otherwise specified. The contract resulting from this solicitation will be a Firm-Fixed Price Contract. This requirement will be negotiated and award will be made on the basis of Low Price Technical Acceptability. The vendor shall quote ALL items to be eligible for award. Defense Priorities and Allocations System doesn ™t apply; thus a rating isn ™t assigned. The point of contact is Deborah Thoman at deborah.thoman@navy.mil. The time and date for response is 26 Apr 2013, by 9:00AM, Eastern time. QUOTES SHALL BE VALID FOR 60 DAYS. This acquisition is in compliance with Section 508. PAPERLESS CONTRACTING All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Offerors are also reminded to include a completed copy of both FAR 52.212-3, Offeror Representations and Certification Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Jun 05) with its offer. A reference to Representations and Certifications being available via System for Award Management (SAM) is preferable. Offerors are also reminded that FAR 52.209-5 “ Certification Regarding Responsibility Matters. (Apr 2010) shall be completed. A reference to this being available via System for Award Management (SAM) is preferable. The following FAR and DFARS provision and clauses are applicable to this acquisition: FAR 52.212-1, Instruction to Offerors “ Commercial Items FAR 52.212-3 and its ALT I, Offeror Representations and Certifications “ Commercial Items FAR 52.212-4, Contract Terms and Conditions “ Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items FAR 52.204-7, Required Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.247-34, F.O.B. Destination FAR 52.216-1, Type of Contract FAR 52.233-2, Service of Protest FAR 52.233-3, Protest after Award FAR 52.209-5, Certification Regarding Responsibility Matters DFARS 252.204-7004 Alt A, Required Central Contractor Registration DFARS 252.212-7000, Offeror Representations and Certifications “ Commercial Items DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012), (a), (b) and (c) (will be incorporated by full text in resultant order) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports FAR Clause 52.233-2 - Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt.(See Page 1, Block 9). [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following NAVSUP clauses will be incorporated into the resultant order. (HA06LN) NAVSUPWSSHA06 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR/RELEASE OF OFFEROR INFORMATION (MAY 2012) NOTE: THIS CLAUSE DOES NOT APPLY TO ANY CONTRACTUAL DOCUMENTS ISSUED BY THE DLA ACTIVITIES IDENTIFIED BY DODAAC SPRMM1 OR SPRPA1 NAVSUP Weapon Systems Support (NAVSUP WSS) may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government ™s AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (see contact information below). The support contractor must provide copies of the executed agreements to the Contracting Officer (PCO) and the Contracting Officer ™s Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the PCO for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP WSS contract. Company: AbilityOne Program Name: Karen Burns Telephone Number: 1-703-310-0462 E-Mail Address: kburns@nib.org
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010413QQ315/listing.html)
 
Record
SN03042458-W 20130424/130422234544-341010497654b157804cc4a92471ff4d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.