Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

70 -- Raritan KVM switch replacement - Brand Name Specifications

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
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
N66604-18-Q-0528
 
Archive Date
2/16/2018
 
Point of Contact
Stephanie A. Smyth, Phone: 4018326964
 
E-Mail Address
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Specifications PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-18-Q-0528. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has a requirement to replace Raritan keyboard, video, and mouse (KVM) switches on a Brand Name basis, no substitutions are allowed per the attached Brand Name Specification. The Government's minimum requirement is outlined below: CLIN MFG P/N Description Qty 0001 DKX3-864 Raritan Dominion KX III Model DKX3-864 Switches 2 0002 DKX3-832 Raritan Dominion KX III Model DKX3-832 Switches 3 This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 518210; the Small Business Size Standard is $32.5M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The provision at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law applies to this solicitation. 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 FAR 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS clause 252.211-7003 Item Unique Identification and Valuation, and 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations apply to this solicitation. 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 brand name specific items required by this solicitation, no substitutions allowed, as specified in the attached Brand Name Justification. The offeror must be an authorized Raritan Inc. reseller. The Government will verify reseller status with Raritan. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9 apply. A Section 508 exception applies; the item or service is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment, see FAR 39.204(d). Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The required delivery is 30 days after date of contract, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Workflow. 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 The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quotes may be submitted via email to the below email address and must be received on or before Thursday, February 1, 2018, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0528/listing.html)
 
Record
SN04793268-W 20180120/180118231346-47ad82b4c44a5b9810776b4bd5f8c721 (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  © 1994-2020, Loren Data Corp.