Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
MODIFICATION

D -- IT Maintenance

Notice Date
5/4/2016
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-1986
 
Archive Date
5/21/2016
 
Point of Contact
Teresa M. Michael, Phone: 4018325434
 
E-Mail Address
teresa.michael@navy.mil
(teresa.michael@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES 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 as supplemented with 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 solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-16-Q-1986. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for on-site maintenance and repair of out-of-warranty equipment, which supports programs that require 16 hours a day/5 days per week coverage. NUWCDIVNPT requires vendor response to trouble tickets within a specific time frame and to arrive on-site for diagnostic and repair. This is a follow-on to Contract N66604-15-P-2101. The Government's minimum requirement is for the annual renewal of 5x16 3 hour onsite repair and maintenance, parts and labor, for IT equipment for one (1) year. The systems include HP, DELL, Sun, Vintage Digital, NewTech Solutions computers, servers, SANs, tape libraries, disk drives and tape drives. The Covered Equipment List (CEL) defines specific assets requiring coverage, see Attachment 1. In accordance with DD Form 254, Attachment 2, offerors shall possess a valid SECRET Facility Security Clearance prior to contract award. Technicians shall possess valid SECRET Clearances prior to contract award. Offerors shall submit proof of security clearances noted above. This procurement is 100% set-aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 811212. The Small Business Size Standard is $27,500,000.00. Period of Performance is 9 May 2016 through 8 May 2017. F.O.B. Destination, Naval Station Newport, RI. 02841. Government credit card payment is preferred. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, applies to this solicitation. Clauses 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, apply to this solicitation. Local Clause C25, Access to Government Site, applies to this solicitation; see Attachment 3 for full text. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the items required by this solicitation and as specified in the Covered Equipment List. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 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. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quotes received after the closing date and time specified will be ineligible for award. Quotes shall be submitted electronically to Teresa Michael at teresa.michael@navy.mil and must be received on or before May 6, 2016 at 5:00 p.m. Eastern Standard Time (EST). Quotes received after this date are late and will not be considered for award. For questions regarding this acquisition, contact Teresa Michael at 401-832-5434. List of Attachments: Attachment 1 - Covered Equipment List Attachment 2 - DD Form 254 - DoD Contract Security Classification Specification Attachment 3 - Clause C25 Access to Government Site
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-1986/listing.html)
 
Record
SN04106198-W 20160506/160504235030-256219ee38cc99ba93c35e32dd3e23cf (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.