Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

70 -- Hardware Software Support For Systems Engineering Test and Evaluation

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6194
 
Response Due
3/14/2019
 
Archive Date
4/13/2019
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Jennifer J Roesner, Contracting Officer, 619-553-5283
 
Small Business Set-Aside
N/A
 
Description
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. Brand Name quotes are being requested under Request For Quote (RFQ) Number N66001-19-Q-6194. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334111 Electronic Computer Manufacturing and the small business size standard is 1,250 employees. This procurement is unrestricted. Only quotes submitted by authorized distributors for brand name items will be accepted by the Government. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire the following (see attached BOM). To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed. The Government will not consider quotes or quotes for partial items or quantities. Anticipated contract line items are as follows: PLEASE BID IN LINE ITEM SEQUENCE ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE CLINS 0001 through CLIN 0038 (see attached) 0039 SHIPPING 1 LOT (SEE ATTACHED BOM) *The items attached on the BOM is being solicited on a Brand Name basis. Additional required specifications include: Depending on the primary buy type (supply or service), recommend inserting one of the following statements: The expected delivery date is 5 6 Weeks after date of award. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: 4297 Pacific Hwy, Bldg. OT7 San Diego, CA 92110 QUOTER INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible quote whose quotation conforming to the solicitation represents the quoter the most advantageous to the Government quoter 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: Quoter 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 GSA schedule. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: The quote 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: The following product certification statement below applies to line items 0001 through 0038 and each quoter must submit supporting documentation, as needed: To be considered for award, the quoter/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. d. Counterfeit IT Certification: The following IT related statement applies to line items 0001 through 0038 and each quote or must explicitly confirm and submit supporting documentation, as needed: The quoter/contractor certifies that the product(s) being quoted 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 from the manufacturer or its authorized supplier. The quoter/contractor further certifies that it is authorized by the manufacturer to sell the product(s). The quoter is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the quoter 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 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 a quote, the quoter 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 quoter was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed 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. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the quoter most advantageous to the Government, who is registered with Wide Area Work 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. A quote 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: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the quoter is required to certify that the product being quoted is an original, new, and TAA compliant. The Government will only accept the required brand name product as specified in Attachment 01. 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 quote rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Quoters: All quoters 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 quoters shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: None. 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. Questions Due Date and Submission Requirements: All questions must be received before 14 March 2019 at 15:00 PM, 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/N66001-19-Q-6194. Include RFQ# N66001-19-Q-6194 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 14 March 2019 at 15:00 PM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6194. E-mail quotes or quotes will not be accepted and late quotes will not be accepted. 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 Name of Contract Specialist/Purchasing Agent at Sylvia.paguio@navy.mil. Reference RFQ# N66001-19-Q-6194 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. BOM 2. CLIN description APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20180928. 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 FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.209-5 Certification Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to QuotersCommercial Items (CLASS DEVIATION 2018-O0013) 52.212-3 Quoter Representations and CertificationsCommercial Items--Alternate I 252.203-7005 Representation Relating to Compensation of Former DoD Officials FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Gov't (Sept 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds TransferSystem for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.203-3 Gratuities (Apr 1984) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.212-4 Contract Terms and ConditionsCommercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Identification & Valuation (March 2016) 252.225-7011 Restriction on Acquisition of Supercomputers (June 2005) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts (Oct 2016) 252.247-7023 Transportation of Supplies by Sea (April 2014) NOTE: The Government reserves the right to incorporate additional clauses into the resulting order, as required by law or statute. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/1b94629d5d3a64acc6669833c93fcc27)
 
Record
SN05241912-F 20190308/190306230045 (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.