Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

70 -- HARD DRIVE DUPLICATORS

Notice Date
9/13/2018
 
Notice Type
Presolicitation
 
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
N66001-18-Q-7337
 
Response Due
9/14/2018
 
Archive Date
10/14/2018
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Joseph S Bancod, Contracting Officer, 619-553-0284
 
E-Mail Address
Contract Specialist
(sylvia.paguio@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 18-Q-7337. The North American Industry Classification System(NAICS) code applicable to this acquisition is 334413 and the small business size standard is 1250. This procurement is a competitive requirement. DESCRIPTIONOFREQUIREMENTS The Government is seeking to acquire BRAND NAME ORACLE MAINTENANCE SUPPORT. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. "To be considered for award, the offeror certifies that the product 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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). 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 U.S., or that the product is in some manner not TAA compliant." Quotes or offers for partial items or quantities will not be considered. Anticipated contract line items are as follows: ITEM 0001 HD DUPLICATOR DESCRIPTION: 3 X ZXI-LAPTOP-W (1 TO 5 SATA/USB3/SAS (OPTIONAL) HARD DRIVE DUPLICATOR WITH MULTI-LAPTOP AND TABLET CLONING OPTION. INCLUDES POWER SUPPLY/POWER CORD, 6 SATA/SAS 5" DATA/POWER CABLES, 8 CAT6 ETHERNET CABLES, 2 GIGABIT ETHERNET SWITCHES (WITH AC ADAPTER/POWER SUPPLY), 6 BUILT-IN USB CABLES, 24 MONTH COVERAGE, USERS?? MANUAL ON CD) QTY: 3 EACH ITEM 0002 ADP-FLASH-RDR DESCRIPTION: 9 X ADP-FLASH-RDR (FLASH CARD READER FOR CF MEDIA, SD CARDS) QTY: 9 EACH ITEM 0003 ADP-Z-MSATA DESCRIPTION: 30 X ADP-Z-MSATA (M.2 PCIE SATA-TYPE TO SATA ADAPTER) QTY: 30 EACH ITEM 0004 ADP-M.2-SATA DESCRIPTION: 30 X ADP-M.2-SATA (M.2 PCIE AHCI-TYPE TO USB3 ADAPTER) QTY: 30 EACH ITEM 0005 ADP-M.2-USB3 DESCRIPTION: 9 X ADP-M.2-USB3 (MSATA TO SATA ADAPTER) QTY: 9 EACH ITEM 0006 CABLE-MCRSATA 30 X CABLE-MCRSATA (MICROSATA TO SATA CONVERTER) QTY: 30 EACH ITEM 0007 CBL-ESATA-Z DESCRIPTION: 30 X CBL-ESATA-Z (EXTERNAL ESATA CABLE) QTY: 30 EACH ITEM 0008 CABLE-SAS18 DESCRIPTION: 30 X CABLE-SAS18 (18" EXTENDED SATA/SAS CABLE) QTY: 30 EACH ITEM 0009 ADP-Z-2.5-IDE DESCRIPTION: 30 X ADP-Z-2.5-IDE (2.5" & 3.5" IDE TO SATA ADAPTER) QTY: 30 EACH ITEM 0010 ADP-Z-1.8-IDE DESCRIPTION: 30 X ADP-Z-1.8-IDE (1.8" IDE TO SATA ADAPTER) QTY: 30 EACH ITEM 0011 ADP-Z-ZIF-IDE DESCRIPTION: 30 X ADP-Z-ZIF-IDE (1.8" ZIF IDE TO SATA ADAPTER) QTY: 30 EACH ITEM 0012 ZXI-EXP-KIT DESCRIPTION: 3 X ZXI-EXP-KIT (ZXI 4 TARGET EXP KIT; INCL. 4 DRIVE STATIONS, 4 CABLES, 1 DRIVE TRAY) QTY: 3 EACH ITEM 0013 ADP-PCIBRG-KT DESCRIPTION: 9 X ADP-PCIBRG-KT (PCIE BRIDGE FOR ZXI-USB3 HOST CONNECTION- SUPPORTS PCIE SSDS (M.2 AHCI & NVME TYPES) PCIE AND MINI-PCIEXPRESS CARDS=INCLUDES ADAPTER KIT; ADP-PCIE-TKT) BRIDGE INCLUDES POWER SUPPLY, SAS/SATA CABLE, USB3.0 CABLE, CAT6 NETWORK CABLE. QTY: 9 EACH ITEM 0014 ZXI-SAS-OPT DESCRIPTION: 3 X ZXI-SAS-OPT (ZXI SAS HDD SUPPORT OPTION; 6 PORT + 2 PORT ON EXPANSION) QTY: 3 EACH ITEM 0015 ZXI-VS-OPT DESCRIPTION: 3 X ZXI-VS-OPT (ZXI VERIFICATION / HASH OPTION) QTY: 3 EACH ITEM 0016 SHIPPING QTY: 1 LOT The Government is seeking Free on Board (FOB) DESTINATION pricing to the following shipping address: SSC PACIFIC 4297 PACIFIC HWY, BLDG OT7 SAN DIEGO CA 92152 PLEASE ENSURE THE SHIPPING CLIN IS PRICED AS A SEPARATE CLIN. IUID LABELS ARE REQUIRED FOR ALL TANGIBLE ITEMSWITH A UNIT COST OF $5,000.00 OR GREATER. RFQ No. N66001-18-Q-7337 OFFERORINSTRUCTIONS The Government will award a FirmFixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSAschedule. 2. TechnicalAcceptabilityDocumentation: a. Technical Approach or Specifications: Include a separate concise, clear, and descriptive narrative technical approach on how all of the services/supplies to the different sites and at different times will be provided. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quote to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient,Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: SUPPORTING DOCUMENT REQUIRED d. The following product certification statement below applies to ALL line items and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. e. Counterfeit IT Certification: DFARS 252.246-7007 and DFARS 252.246-7008 apply to all CLINs in this solicitation. The following IT related statement applies to ALL line items and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror/contractor certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts fromthe manufacturer or its authorized supplier. The offeror/contractor further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: Manufacturing occurs in the U.S., but more than 50% is foreign content RFQ No. N66001-18-Q-7337 Originally foreign manufactured products significantly modified by U.S. Company The contractor assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a no cost cancellation or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products 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 U.S. 3. Price Quote: Submit complete pricing for each individual itemlisted in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB DESTINATION shipping costs are included in the pricing. 4. CommercialWarranty: If available, provide the terms and length of the Workmanship and/orManufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FORAWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered withWide AreaWork Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an "equal" product must meet are specified in the line item details Attachment provided. Offerors shall provide a quote that identifies the Brand Name items or "Equal" items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an "equal" item(s), the "equal" product(s) must meet the salient physical, functional, and performance characteristic specified in the line item details Attachment provided. To propose an "equal" item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the "equal" item, the make/model/part number of the "equal" item and a website link to the descriptive literature which demonstrates the "equal" item meets, at a minimum, the salient characteristics provided in the line item details Attachment provided. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. RFQ No. N66001-18-Q-7337 Page Limitations: Ensure to stay within the page limitations as follows: two no more than 3 pages. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. (NOTE PDF IS PREFERRED) Questions Due Date and Submission Requirements: All questions must be received before 08/20/2018 at 09:00 AM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-7337 Include RFQ# N66001-18-Q-7337 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 08/14/2018 at 11: 00 A.M, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/SimplifiedAcquisitions/N66001-18-Q-7337. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e- Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858- 537-0644 or paperless.spawar@navy.mil. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Sylvia Paguio at Sylvia.paguio@navy.mil. Please include RFQ# N66001-18-Q-7337 on all inquiries. RFQ No. N66001-18-Q-7337 APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice DPN 20161222. 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 or https://acquistion.gov/far/. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. 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 or https://acquistion.gov/far/. The following provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); and 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). The following clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity CodeMaintenance (Jul 2016); 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.204-10, Reporting Executive Compensation and First Tier Subcontracts Awards (Oct 2016) 52.209-6, Protecting the Government's InterestWhen Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-8, Utilization of Small Business Concerns (Nov 2016) 52.219-13, Notice of Set- Aside of Orders (Nov 2011) 52.219-14, Limitations on Subcontracting (Jan 2017) 52.219-28, Post-Award Small Business ProgramRepresentation (Jul 2013) 52.233-3. Convict Labor (Jun 2003) 52.222.19. Child-Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222- 21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity forWorkers with Disabilities (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban TextMessagingWhile Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to InformEmployees ofWhistleblower Rights (Sep 2013); 252.204-7003, Control of Government PersonnelWork Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.211-7003, ItemUnique Identification and Valuation (MAR 2016) 252.211-7008, Use of Government Assigned Serial Numbers (SEP 2010) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006,Wide AreaWork FlowPayment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, 252.247-7023, Transportation of Supplies by Sea (Apr 2014).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00b3954ce9dc528cf50bfdc7b1df9d5b)
 
Record
SN05088417-W 20180915/180913231524-00b3954ce9dc528cf50bfdc7b1df9d5b (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.