Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
SOLICITATION NOTICE

70 -- Forensic Workstations

Notice Date
9/12/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018919QZ513
 
Response Due
9/13/2019
 
Archive Date
9/14/2019
 
Point of Contact
James McDevitt 215-697-5025
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The Solicitation number is N0018919QZ513. The proposed contract action is for commercial (supplies). The NAICS code is [334111] and the Small Business Standard is [1250]. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-05 and DFARS Change Notice 20190820. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm. The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire the following on another than full and open competitive basis from Forensic Computers Incorporated: CLIN 0001Thirty Seven (37) Forensic Tower X299 Forensic Workstations IAW the Performance Work Statement See attached Performance Work Statement/ Specifications The Contractor is responsible for the delivery and warranty of all systems ordered. Delivery shall be completed within thirty (30) days After Date of Contract (ADC). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This procurement is being processed through other than full and open competition. The Government intends to solicit and negotiate with Forensic Computers Incorporated since they are the company that can meet the Government ™s minimum needs and ensure compatibility with existing systems and products. See attached Redacted Brand Name/ Sole Source Justification. A Firm Fixed Price (FFP) type contract will be awarded and a price reasonableness determination will be made IAW FAR 13.106-3. Clauses and Provisions The following FAR and DFAR clauses are applicable to this procurement: 52.201-24Representation Regarding Certain Telecommunications and Video Surveillance or Equipment 52.212-3 and its ALT I, Offeror Representations and Certifications- Commercial Items 52.212-4Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items- including 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. 52.252-1 SOLICITATIONS PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.232-7006Wide Area Work Flow Payment Instructions All clauses shall be incorporated by reference in the resultant order. Additional contract terms and conditions applicable to this procurement are: 52.204-7 System for Award Management OCT 2016 52.204-13 52.204-16System for Award Management Maintenance Commercial and Government Entity Code ReportingOCT 2016 JUL 2016 52.204-25Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or EquipmentAUG 2019 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3Protest After AwardAUG 1996 52.247-34FOB Destination NOV 1991 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 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Level I Anti-terrorism Awareness Training for Contractors FEB 2019 252.204-7005Oral Attestation of Security ResponsibilitiesFEB 2018 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.211-7003Item Identification and Valuation MAR 2016 252.211-7007Reporting of Government-Furnished Property AUG 2012 252.211-7008Use of Government-Assigned Serial Numbers MAR 2016 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023Transportation of Supplies by SeaAPR 2014 This announcement will close at _4:00pm EDT_ on _13 September 2019_. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested Persons may identify their interest and capability to respond to this requirement. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on responses is solely within the discretion of the Government. The Government will not pay for any information submitted in response to this notice The primary point of contact for this notice is James McDevitt who can be reached at 215-697-5025 or james.h.mcdevitt@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018919QZ513/listing.html)
 
Record
SN05443053-W 20190914/190912231427-844345db99a0575fa8083440ba15f20f (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.