Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2014 FBO #4732
SOLICITATION NOTICE

70 -- ADP CENTRAL PROCESSING UNIT - DIGITAL

Notice Date
11/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017815R4057
 
Archive Date
2/27/2015
 
Point of Contact
Julie A. Morgan, Phone: 5406530648
 
E-Mail Address
julie.a.morgan2@navy.mil
(julie.a.morgan2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N00178-15-R-4057 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Gun Fire Control Systems Development Branch (G34), Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure twenty-four (24) Custom AR3 Sealed Fanless Chassis, Part Number - 11064-AR3.NT2 on a Sole Source basis from, from Rugged Systems DBA: CORESYSYEMS, 13000 Danielson St., Q, Poway, CA 92064, in accordance with the Statutory Authority Permitting Other Than Full and Open Competition: 10 U.S.C. 2304(c)(1) and FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The resultant contract will be on a Firm Fixed-Price basis. The following is specifically required: Integrate all listed components and perform 24-hour burn-in test prior to shipment. Include standard 2-year parts and labor warranty with free technical support Qty. 24 - CUSTOM AR3 SEALED FANLESS CHASSIS - 3.35" (H) x 7.43" (L) x 6.14" (W). EXTENDED TEMPERATURE DESIGN, REMOVABLE HARD DRIVE, ACTIVITY LED's ABOVE HDD CARRIER. Qty. 24 - CORE i7 SBC WITH 2655LE 2.20GHz 2C/4T 4M Qty. 24 - PC/104+ ¦115W total output power, +5V@10A, +12V@5A, +5V Standby@1A Qty. 24 - 32GB SOLID STATE DRIVE - EXTENDED TEMPERATURE Qty. 24 - DUAL PORT RS422 SERIAL INTERFACE (1 PORT J3/ 1 PORT J2) The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses,which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).[ N/A ] Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ____ 52.222-50 Alt I Combating Trafficking in Persons (22 U.S.C. 7104(g)) Subparagraph (b) of clause. X 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _____ 52.203-13 Contractor Code of Business Ethics and Conduct. _____ 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of ____ 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards _____ 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements __X___ 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note). (Applies to contracts over $30,000). _____ 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters _____ 52.209-10 Prohibition of Contracting with Inverted Domestic _____ 52.219-3 Notice of Total HUBZone Set-Aside. _____ 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns _____ 52.219-6 Notice of Total Small Business Set-Aside _____ 52.219-6 Alt I _____ 52.219-6 Alt II _____ 52.219-7 Notice of Partial Small Business Set-Aside _____ 52.219-7 Alt I _____ 52.219-7 Alt II X 52.219-8 Utilization of Small Business Concerns _____ 52.219-9 Small Business Subcontracting Plan (APR 2008) (15 U.S.C. 637(d)(4). _____ 52.219-9 Alt I _____ 52.219-9 Alt II _____ 52.219-9 Alt III _____ 52.219-13 Notice of Set-Aside of Orders _____ 52.219-14 Limitations on Subcontracting _____ 52.219-16 Liquidated Damages - Subcontracting Plan _____ 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the adjustment, it shall so indicate in its offer). _____ 52.219-23 Alt I _____ 52.219-25 Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting _____ 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting _____ 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside X 52.219-28 Post Award Small Business Program Representation _____ 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EWOSB) Concerns (15 U.S.C. 637(m _____ 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (15 U.S.C. 637(m)) 52.222-3 Convict Labor. X 52.222-19 Child Labor-Cooperation with Authorities and Remedies X 52.222-21 Prohibition of Segregated Facilities X 52.222-26 Equal Opportunity X 52.222-35 Equal Opportunity for Veterans (38 U.S.C. 4214) X 52.222-36 Affirmative Action for Workers with Disabilities X 52.222-37 Employment Reports on Veterans (38 U.S.C. 4212) X 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (E.O. 13496). _____ 52.222-54 Employment Eligibility Verification (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _____ 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Not applicable to the acquisition of commercially available off-the-shelf items.) _____ 52.223-9 Alt I (42 U.S.C. 6962(i)(2)(c)) (Not applicable to the acquisition of commercially available off-the-shelf items.) _____ 52.223-15 Energy Efficiency in Energy-Consuming Products. _____ 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products _____ 52.223-16 Alt I X 52.223-18 Contractor Policy to Ban Text Messaging while Driving (E.O. 13513). _____ 52.225-1 Buy American Act - Supplies. X 252.225-7001 Buy American and Balance of Payments Program. (DFAR) _____ 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act _____ 52.225-3 Alt I _____ 52.225-3 Alt II _____ 52.225-3 Alt III _____ 52.225-5 Trade Agreements. X 52.225-13 Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _____ 52.225-26 Contractors Performing Private Security Functions Outside the United States _____ 52.226-4 Notice of Disaster or Emergency Area Set-Aside. _____ 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area. _____ 52.232-29 Terms for Financing of Purchases of Commercial Items. _____ 52.232-30 Installment Payments for Commercial Items X 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration _____ 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration _____ 52.232-36 Payment by Third Party. _____ 52.239-1 Privacy or Security Safeguards _____ 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels _____ 52.247-64 Alt I Subparagraph (c) of clause. _____ 52.222-41 Service Contract Act of 1965, As _____ 52.222-42 Statement of Equivalent Rates for Federal Hires _____ 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) _____ 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Use _____52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance Calibration, or Repair of Certain Equipment -Requirements _____ 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements _____ 52.222-17 Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). _____ 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. _____ 52.237-11 Accepting and Dispensing of $1 Coin. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. One or more of the items under this acquisition is subject to Free Trade Agreements. Please include any shipping/freight cost for FOB Destination Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Quote is due 21 November 2014 no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 15 December 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to julie.a.morgan2@navy.mil or by FAX (540) 653-7276. Email or Fax should reference Synopsis/Solicitation Number N00178-15-R-4057 in the subject line. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017815R4057/listing.html)
 
Record
SN03568460-W 20141108/141106234811-5f9e5b2ecb0e9d2145bad621690a904d (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.