Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

70 -- Hewlett Packard Enterprise (HPE) Equipment

Notice Date
1/13/2020 8:57:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339420Q0010
 
Response Due
1/15/2020 3:00:00 PM
 
Archive Date
01/30/2020
 
Point of Contact
Christopher T. Seto
 
E-Mail Address
christopher.seto@navy.mil
(christopher.seto@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (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. This solicitation N6339420Q0010 is a Request for Quotations (RFQ). �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01. �The associated North American Industrual Classification System (NAICS) code for this procurement is 541511 with a Small Business Size Standard of $30,000,000. �The Product/Service Code (PSC) is 7025. �This requirement is intended to be a brand name requirement with Hewlett Packard Enterprise (HPE). �Only authorized HPE resellers will be considered for award. Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is seeking the following: NSWC PHD requires HPE proprietary storage units for the network attached server. �The list of required supplies includes: CLIN�� �Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � P/N� � � � � � �� � � � � � � �QTY 0001�� �HPE 3PAR 8000 8TB+SW 7.2K LFF FE HDD� � � � � � P9B45B� � � � � � � � � � �16 0002�� �HPE 3Y In Country Remote Resource SVC� � � � � � �H1SQ8A3� � � � � � � � � �1 0003�� �HPE HPSD Band 1 AMS Onshore SVC� � � � � � � � � � � H1SQ8A3#WHS� � �16 0004�� �HPE 3Y Foundation Care 24x7 w/DMR Service�� �H7J35A3� � � � � � � � � � 1 0005�� �HPE 3PAR 8000 8TB+SW 7.2K FE HDD Supp� � � � �H7J35A3#X8D� � � �16 0006�� �HPE Technical Installation Startup SVC� � � � � � � � �HA124A1� � � � � � � � � � 1 0007�� �HPE Startup 3PAR 8K Fld Drv-Drv Enc SVC� � � � � �HA1241#5Y0� � � � � � �2 *Required delivery date on all line items is 90 days after receipt of order (ARO). INSTRUCTIONS TO INDUSTRY: Defense Priorities and Allocations System (DPAS): This is not a rated order under DPAS. Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA 93043-4307 Vendors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, ""Offerors Representations and Certifications-Commercial Items."" �If paragraph (j) of the provision is applicable, a written submission is required. �Vendors must also be currently registered in the System for Award Management (SAM). Submission of quotations will be accepted no later than 1/13/2020. �Hard copies of the solicitation will not be mailed. �Quotes must be submitted in portable document format (.pdf) by email to the primary point of contact (POC), christopher.seto@navy.mil. �It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 1/13/2020 at 3:00p.m. Pacific Standard Time. All changes to the requirement that occur prior to the closing date will be posted to beta.SAM.gov. �It is the responsibility of interested vendors to monitor beta.SAM.gov for amendments that may be issued to this solicitation. �For changes made after the closing date, only those offerors that provide an offer will be provided any changes/amendments and considered for future discussions and/or award. Quotations shall contain the following: 1. �Vendor Administrative Information a. �Cage Code: b. �Dun & Bradstreet #: c. �Tax ID#: d. �Special Small Business Sub-Category (if applicable): e. �Pricing: �If the items quoted are available on a commercial, published, or on-line price listing, attach the listing to the RFQ response. �If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established. �If quoting from a GSA Schedule or Blanket Purchase Agreement (BPA), provide the schedule number and expiration date. 2. �Price Breakdown: �The quotation shall include: Item description, unit cost, quantity, and 3. �The quotation shall reflectan all-inclusive price (e.g., including delivery costs). 4. �A statement that the quotes are good for 60 calendar days. EVALUATION Evaluation of quotations will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (i.e. Lowest Priced, Technically Acceptable (LPTA)). �The government will evaluate information based on the following evaluation criteria: (1) Price. �The total price will be evaluated. (2) Technical Capability. �The vendor's technical capability will be assessed based on the vendor providing a quotation that is based on the part numbers provided in this solicitation. �Technical capability will receive an ""acceptable"" or ""not acceptable"" rating. (3) �Past Performance. �This will be considered on a pass/fail basis. �Offerors need not submit past performance information. �The Governmetn will consider past performance information from web-based sources in accordance with DFARS 231.106-2 and DFARS 252.213-7000. Adjectival Rating Description: Acceptable: �Based on the Offeror's performance record, the Government has a resonable expectation that the offeror will successfully perform the required effort. Unnaceptable: �Based on the Offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions and clauses may be accessed electronically at, FAR: https://www.acquisition.gov/browse/index/far DFARS: https:/www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Qustions and Answers: Q1: Can you provide the serial number of the HPE 3PAR array? A1: NSWC PHD is in the process of procuring the base array; therefore, we are unable to provide a serial number at this time.� Any quotation in response to this RFQ should reflect the pricing that has been provided to you. APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management.� FAR 52.204-8 Annual Representations and Certifications.� FAR 52.204-16 Commercial and Government Entity Code Reporting.� FAR 52.204-20 Predecessor of Offeror.� FAR 52.204-22 Alternative Line Item Proposal.� FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation.� FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.� FAR 52.211-6 Brand Name or Equal.� FAR 52.212-1 Instructions to Offerors-Commercial Items.� FAR 52.212-2 Evaluation-Commercial Items. FAR 52.219-1 Small Business Program Representations.� FAR 52.222-22 Previous Contracts and Compliance Reports.� FAR 52.222-46 Evaluation of Compensation for Professional Employees.� FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to� Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Certification.� FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to� Contracts for Certain Services-Certification.� FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation.� FAR 52.225-18 Place of Manufacture.� FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or� Transactions Relating to Iran-Representation and Certifications.� DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.� DFARS 252.204-7004 Alternate A, System for Award Management.� DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.� DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance� Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.204-17 Ownership or Control of Offeror. (a) Definitions. As used in this provision� � � ��Commercial and Government Entity (CAGE) code� means� � � � � � �(1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or � � � � � �(2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. � � � � � �Highest-level owner� means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. � � � � � �Immediate owner� means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. � � � (b) The Offeror represents that it ? has or ? does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. � � � (c) If the Offeror indicates �has� in paragraph (b) of this provision, enter the following information: � � �Immediate owner CAGE code: ____________________ � � �Immediate owner legal name: ______________________ � � �(Do not use a �doing business as� name) � � �Is the immediate owner owned or controlled by another entity?: ? Yes or ? No. � � � (d) If the Offeror indicates �yes� in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: � � �Highest-level owner CAGE code: ___________________ � � �Highest-level owner legal name: ___________________ � � �(Do not use a �doing business as� name) 52.212-3 Offeror Representations and Certifications-Commercial Items. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. APPLICABLE CONTRACT CLAUSES FAR 52.204-13 System for Award Management Maintenance.� FAR 52.204-18 Commercial and Government Entity Code Maintenance.� FAR 52.204-19 Incorporation by Reference of Representations and Certification.� FAR 52.212-4 Contract Terms and Conditions-Commercial Items.� FAR 52.232-39 Unenforceability of Unauthorized Obligations.� FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.� FAR 52.233-1 Disputes.� FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items.� FAR 52.246-1 Contractor Inspection Requirements.� FAR 52.246-16 Responsibility for Supplies.� FAR 52.247-34 F.o.b. Destination.� FAR 52.252-2 Clauses Incorporated by Reference.� DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.� DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.� DFARS 252.204-7003 Control of Government Personnel Work Product.� DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors.� DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.� DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.� DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.� DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.� DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.� DFARS 252.223-7008 Prohibition of Hexavalent Chromium.� DFARS 252.225-7048 Export-Controlled Items.� DFARS 252.231-7000 Supplemental Cost Principles. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.� DFARS 252.232-7006 Wide Area Workflow Payment Instructions.� DFARS 252.232-7010 Levies on Contract Payments.� DFARS 252.243-7001 Pricing of Contract Modifications.� DFARS 252.244-7000 Subcontracts for Commercial Items.� DFARS 252.246-7000 Material Inspection and Receiving Report.� DFARS 252.247-7023 Transportation of Supplies by Sea.� G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) (a) �For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level. �Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. �For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. �Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. �Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR). �Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer. (b) �Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF. �No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein. (End of Text) The following subparagraphs of FAR 52.212-5 are applicable:� FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.� FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.� FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.� FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.� FAR 52.219-28 Post Award Small Business Program Representation.� FAR 52.222-3 Convict Labor.� FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.� FAR 52.222-21 Prohibition of Segregated Facilities.� FAR 52.222-26 Equal Opportunity.� FAR 52.222-36 Equal Opportunity for Workers with Disabilities.� FAR 52.222-50 Combating Trafficking in Persons.� FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.� FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.� FAR 52.233-3 Protest After Award.� FAR 52.233-4 Applicable Law for Breach of Contract Claim. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b96db068fc7d4bb4bd7e31aba4602775/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05533468-F 20200115/200113230302 (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  © 1994-2020, Loren Data Corp.