Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2019 FBO #6439
SOLICITATION NOTICE

70 -- Brand name only, commercial server procurement- combined synopsis/solicitation to Technologies for Tomorrow

Notice Date
7/9/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019R0150
 
Response Due
7/18/2019
 
Archive Date
8/2/2019
 
Point of Contact
Sarah Landers 4073804561
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation: N61340-19-R-0150 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase to Technologies for Tomorrow, Inc for one (1) TI16-S61-7410 2U Equivalent server with a Custom Rear FH Chassis Window and one (1) TI16-S68-7412 2U Equivalent server on a brand-name only / sole source basis as the only supplier of the server (specifically the Custom Rear FH Chassis Window for Supermicro WIO Chassis). Interested sources desiring to contest this sole source may do so by asserting its supportable rationale and by submitting quote for the required items. All information shall be furnished at no cost or obligation. Government will award on a lowest price technically acceptable basis to the contractor meeting the requirements of this combined synopsis/solicitation. Best value is expected to result from the selection of the technically acceptable quote with the lowest evaluated price. The failure of a contractor to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the contractor being ineligible for award. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Combined synopsis/solicitation N61340-19-R-0150 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) number FAC 2005-87. The associated North American Classification System (NAICS) code is 334111. This procurement is being solicited as a small business set-aside. This procurement is to purchase: CLIN 0001: One (1) TI16-S61-7410 2U Equivalent server with Custom Rear FH Chassis Window for Supermicro WIO Chassis, and One (1) TI16-S68-7412 2U Equivalent server Delivery date CLIN 0001: August 08, 2019 FOB Destination to: Naval Air Warfare Center Training Systems Division Attn: Marc Prince 12211 Science Drive Orlando, FL 32826 The FAR provision 52.212-1, Instructions to Offerors “ Commercial Items (Deviation 2018-O0018: Oct 2018) apples to this acquisition. The FAR provision 52.212-2, Evaluation “ Commercial Items (Oct 2014) does not apply to this acquisition. The FAR provision 52.212-3 Alternate 1, Offeror Representations and Certifications -- Commercial Items (Oct 2018) applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. The FAR clause 52.212-4, Contract Terms and Conditions “ Commercial Items (Oct 2018) applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation 2018-O0021: Sep 2018) applies to this acquisition. ƒ The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (July 2016) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-1 ALT1 Small Business Program Representations (Sep 2015) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2019) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2019) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certification (Jun 2019) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes ”Fixed Price (Apr 1984) 52.246-4 Inspection of Supplies ”Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) Evaluation Criteria: A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specification of the supplies within this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. No financing will be provided for the resulting award. All Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Offers are due no later than 3:00pm US Eastern Time on 18 July 2019. Quotes will only be accepted by e-mail to sarah.landers@navy.mil. Responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUNS Number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Sarah Landers, Contract Specialist, and Tel: 407-380-4561. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUL-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/spg/DON/NAVAIR/N61339/N6134019R0150/listing.html)
 
Place of Performance
Address: 12211 Science Dr, Orlando, FL
Zip Code: 32826
Country: US
 
Record
SN05364025-F 20190711/190709230048 (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.