Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

59 -- Brand Name Lenel

Notice Date
12/11/2019 9:52:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6111
 
Response Due
12/15/2019 8:59:59 PM
 
Archive Date
03/14/2020
 
Point of Contact
Paige Miller
 
E-Mail Address
paige.miller2@navy.mil
(paige.miller2@navy.mil)
 
Awardee
null
 
Description
RESPONSES TO THIS NOTICE ARE DUE BY 11:59:00 AM Pacific, WHICH SUPERSEDES THE 11:59pm EASTERN RESPONSE TIME SHOWN IN THE GENERAL INFORMATION SECTION ABOVE. As a reminder, the response time identified in the Solicitation Instruction to offerors is the final authority of when responses are due. _____________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, 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.NIWC Pacific is issuing this solicitation N66001-20-Q-6111, as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20190531. This requirement is an Other Than Full and Open Competition (Brand Name) requirement and only qualified offerors may submit quotes. The applicable NAICS code is 334290. The small business size standard is 750 employees. It is the contractor's responsibility to be familiar with the applicable clauses and provisions.THIS IS A BRAND NAME REQUIREMENT. DO NOT SUBSTITUTE REQUIREMENT.To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows:Item 0001Intelligent Dual Reader ControllerP/N: LNL-X222012 OR 24 VDC @ 700MA, 6MB CARDHOLDER FLASH MEMORY, 50,000 EVENT MEMORY,MAXIMUM 32 DEVICES, ON-BOARD ETHERNET, ON-BOARD TWO DOOR CONTROL, OSDPSECURE CHANNEL ENCRYPTION WITH ONGUARD 7.2 AND UP.MFG: Lenel Systems InternationalQTY: 1Item 0002INPUT MODULEP/N: LNL-1100-S3INPUT CONTROL MODULE, SERIES THREE, 12/24 VDC, 16 ZONE INPUT MONITORMODULE, (32) 1K RESISTORS, ROHS, CE, C-TICK AND UL294 CERTIFIEDMFG: Lenel Systems InternationalQTY: 4Item 0003OUTPUT MODULEP/N: LNL-1200-S3OUTPUT CONTROL MODULE, SERIES THREE, 12/24 VDC, 16 RELAY OUTPUT CONTROLMODULE, ROHS, CE, C-TICK AND UL294 CERTIFIEDMFG: Lenel Systems InternationalQTY: 4Item 0004ENCLOSUREP/N: LNL-CTX-6LENEL UL LISTED HARDWARE ENCLOSURE (24"" X 18"" X 4.5""), ONLY WITH LOCK ANDTAMPER SWITCHMFG: Lenel Systems InternationalQTY: 1NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item.DELIVERY MUST BE ON OR BEFORE JANUARY 17, 2020. QUOTERS ARE HEREBY NOTIFIED THAT THE GOVERNMENT WILL NOT ACCEPT DELIVERY OF ANY ITEM AFTER JANUARY 17, 2020. Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: NAVAL INFORMAITON WARFARE CENTER PACIFIC Attn: Mark Boucher2293 Victor Wharf Access RdPearl City, HI 96782It is the responsibility of the contractor to be familiar with the following provisions incorporated by reference:FAR 52.204-7, System for Award Management (Oct 2018)FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and Services- Alternate 1 (Oct 2014)DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018)Quoters shall fill out certification in 52.204-24 (c) and submit in quote. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.As prescribed in 4.2105(a), insert the following provision:Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) (a) Definitions. As used in this provision� ""Covered telecommunications equipment or services"", ""Critical technology"", and ""Substantial or essential component"" have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Representation. The Offeror represents that� It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).(End of provision)The provision at FAR 52.212-1, Instruction to Offerors � Commercial Items (Aug 2018) (Deviation 2018-O00018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.(b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted as specified in the solicitation. As a minimum, quotations must show-(1) The solicitation number;(2) The time specified in the solicitation for receipt of quotations;(3) The name, address, Cage Code and telephone number of the offeror (ensure Representation and Certifications are up to date in SAM.gov)(4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;(5) Counterfeit IT Certification. By submission of a quote, the quoter 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 from the manufacturer or its authorized supplier. The quoter further certifies that it is authorized by the manufacturer to sell the product(s). (6) Terms of any express 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;(7) Price and any discount terms. The quote shall provide pricing for each individual item listed 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.)(8) ""Remit to"" address, if different than mailing address;(9) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);(10) Acknowledgment of Solicitation Amendments, if applicable;(11) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and(12) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.(c) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing.(e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.(f) Late submissions.(1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.(g) Issuance of purchase order. Quotations should contain the quoter's best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government's choice and will not use the formal source selection procedures described in FAR part 15.(h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.(i) Availability of requirements documents cited in the solicitation.(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-GSA Federal Supply Service Specifications SectionSuite 8100470 East L'Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925 Facsimile (202) 619-8978.(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee(2) Most unclassified Defense specifications and standards from the following ASSIST websites:(i) ASSIST (https://assist.dla.mil/online/start/).(ii) Quick Search (http://quicksearch.dla.mil/).(iii) ASSISTdocs.com (http://assistdocs.com).(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.(j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation ""DUNS"" or ""DUNS+4"" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.(l) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.(m) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, we will make their full text available. The listed provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address (es):Federal Acquisition Regulation: www.acquisition.gov Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/ DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision.(2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.(End of addendum)The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), applies to this acquisition. Addenda are not attached.The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (JUN 2019) applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition:FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26, Equal Opportunity (SEP 2016)FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2019)FAR52.222-50, Combating Trafficking in Persons (JAN 2019)FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018)Additional contract terms and conditions to this procurement are:FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.233-3, Protest after Award (Aug 1996)FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (SEP 2013)DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident reporting (OCT 2016)DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016)DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (DEC 2018)DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991)DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)DFARS 252.246-7008, Sources of Electronic Parts (May 2018)The Government reserves the right to add/ remove clauses on the resulting contract, as required by regulations and statutes. Evaluation Factors:The following factors shall be used to evaluate offers: Factor I � Technical Acceptability:This requirement is for 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 they are an authorized federal reseller of Lenel and the products being offered are original, new Lenel products. Quoters shall confirm that delivery will be made on or before 17 January 2020.Factor II- Price:The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government.Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.Basis for Award:Award will be made to the responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical Acceptability, Price and past performance will be used to evaluate quotes. However, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Any quote will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I above. Due Date and Submission InformationEligible 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.RFQ Due Date and Submission Requirements: This RFQ closes on 15 December 2019, 23:59 Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6111. E-mail quotes and late quotes will generally 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.For information regarding this solicitation, contact Paige Miller at 619-553-7734 or paige.miller2@navy.mil. For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/29e873a240404d2b84d6aeed7b7ef02d/view)
 
Record
SN05514351-F 20191213/191211230307 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.