Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
SOLICITATION NOTICE

70 -- LAPTOPS, ACCESSORIES AND WARRANTY

Notice Date
9/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-0530
 
Response Due
9/9/2016
 
Archive Date
10/9/2016
 
Point of Contact
Point of Contact - Jeannette L Perez, Contract Specialist, 619-553-7918; Robert B Jones, Contracting Officer, 215-697-0275
 
E-Mail Address
Contract Specialist
(jeannette.perez1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-0530. This requirement is a small business set-aside, brand name or equal under NAICS 334111 and business size standard is 1,250 employees. The details for Items 0001 through 0010 are attached as a separate document. The offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. Ship to Address: AFB Offutt, Nebraska Basis for award: The Government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-89 (8/15/16) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 8/30/16. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. 52.204-16 Commercial and Government Entity Code Reporting 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items Alternate I 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and 52.252-1, Solicitation Provisions Incorporated by Reference 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204.7011 Alternative Line Item Structure 52.204-17 Ownership or Control of Offeror 52.209-5 Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters 52.252-5, Authorized Deviations in Provisions 252.204-7004 Alternate A, System for Award Management 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions--Commercial Items 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6 -- Notice of Total Small Business Set-Aside 52.219-8 -- Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34, F.o.b. Destination 52.252-6, Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78), 52.222-3, Convict Labor E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246), 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), 52.232-33, Payment by Electronic Funds TransferSystem for Award Management. DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting 52.204-6, Data Universal Numbering System (DUNS) This RFQ closes on September 9, 2016 at 10:00 AM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-T- 0530. The point of contact for this solicitation is Jen Perez at jeannette.perez1@navy.mil. Please include RFQ N66001-16-T-0530 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ed2ed5a9a70fa0924f722fe30a938fb)
 
Place of Performance
Address: ssc pacific omaha, nebraska
Zip Code: 68112
 
Record
SN04253288-W 20160904/160902234418-2ed2ed5a9a70fa0924f722fe30a938fb (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.