Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2020 SAM #6628
SOLICITATION NOTICE

70 -- COMPUTER SYSTEM, DI

Notice Date
1/20/2020 12:19:51 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM119RHE28
 
Response Due
2/18/2020 8:59:59 PM
 
Archive Date
03/04/2020
 
Point of Contact
Facsimile: 7175503231
 
E-Mail Address
TODD.NACE@DLA.MIL
(TODD.NACE@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORTS (COMBO)|NOT APPLICABLE (N/A)|TO BE DETERMINED (TBD)|SPRMM1|TBD|TBD|SEE SCHEDULE|TBD|SEE SCHEDULE|N/A|TBD|||||| VALUE ENGINEERING (OCT 2010)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (OCT 2010)|1|| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2017) (DEVIATION 2018-O0018)|5||X||X|TO BE DETERMINED (TBD)| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (OCT 2010))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|X||X||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)|3|334111|1250|X| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|334111|1250|X|X|X||||X|||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010))|7|||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THIS REQUEST FOR PROPOSAL (RFP) IS BEING ISSUED TO ESTABLISH A FIRM-FIXED PRICE CONTRACT FOR A QUANTITY OF 85 DI COMPUTER SYSTEMS, PART NUMBER 8486918-001 IAW CAGE 00724. THIS ACQUISITION IS BEING SOLICITED ON AN UNRESTRICTED BASIS. ALL SUPPLIERS WITH THE EXCEPTION OF THE ORIGINAL EQUIPMENT MANUFACTURER (OEM) SHALL PROVIDE COMPLETE TRACEABILITY BACK TO THE OEM IN ACCORDANCE WITH LOCAL CLAUSES DLATERMHZ01 AND DLATERMHZ03. OFFERS SUBMITTED WITHOUT THE REQUIRED TRACEABILITY DOCUMENTATION WILL BE CONSIDERED NON-REPONSIVE AND WILL BE INELIGIBLE FOR AWARD. THE DELIVERY POINT FOR THIS PROCUREMENT IS FOB ORIGIN. INSPECTION AT ORIGIN. ACCEPTANCE AT ORIGIN. SOURCE INSPECTION IS REQUIRED FOR THIS REQUIREMENT. ALL COSTS ASSOCIATED WITH SOURCE INSPECTION SHALL BE INCLUDED IN YOUR UNIT PRICE. WHEN SUBMITTING PROPOSALS, MAKE SURE ALL EXCEPTIONS ARE INCLUDED. I.E MIL-STD PACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGING HOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED, AN AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FOR CHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM THE UNIT PRICE. OFFERS SUBMITTED BY NECO OR FAX ARE NOT ACCEPTABLE AND ARE INELIGIBLE FOR AWARD. OFFERS MUST COMPLETE, SIGN, AND RETURN A COPY OF THE SOLICIATION PACKAGE VIA REGULAR MAIL OR AS AN ATTACHMENT TO AN EMAIL DIRECTED TO THE BUYER AT TODD.NACE@DLA.MIL. A COMPLETED SOLICITATION PACKAGE INCLUDES BUT IS NOT LIMITED TO: A SIGNED COPY OF THE SOLICITATION, A SIGNED COPY OF ANY AND ALL AMENDMENTS, THE VENDOR'S PRICE PROPOSAL AND CERTIFIED COST AND PRICING DATA, A COMPLETED PROPOSAL ADEQUACY CHECKLIST (DFARS 252.215-7009) IF THE PROPOSAL IS VALUED AT OVER $2,000,000.00, AND A SMALL BUSINESS SUBCONTRACTING PLAN IF THE PROPOSAL IS VALUED AT OVER $700,000.00 UNLESS AN EXCEPTION APPLIES. IF SUPPLIES WILL BE MANUFACTURED/PACKAGED AT A LOCATION DIFFERENT FROM THE OFFEROR'S ADDRESS; THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS, AND CAGE CODE OF THE MANUFACTURING/PACKAGING FACILITY. INSPECTION OF MATERIAL WILL BE AT: _____________________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT: ______________________________________________________________________ THE GOVERNMENT'S REQUESTED DELIVERY DATE IS 365 DAYS AFTER DATE OF CONTRACT (ADC). THE VENDOR'S PROPOSED DELIVERY IS ____ DAYS ADC. UNLESS OTHERWISE SPECIFIED, YOUR PROPOSAL WILL BE DEEMED TO OFFER DELIVERY IN ACCORDANCE WITH THE REQUESTED SCHEDULE. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER PROPOSALS WHICH EXCEED THE REQUESTED DELIVERY SCHEDULE. YOU MAY SUBMIT A PROPOSAL WITH DELIVERY THAT IS SHORTER OR LONGER THAN THE REQUESTED DELIVERY SCHEDULE. PLEASE PROVIDE THE NAME AND EMAIL ADDRESS OF AN INDIVIDUAL AUTHORIZED TO NEGOTIATE ON BEHALF OF THE VENDOR. INDIVIDUAL AUTHORIZED TO NEGOTIATE: _____________________________________________________________________ EMAIL ADDRESS OF INDIVIDUAL AUTHORIZED TO NEGOTIATE: PRICING FOR THIS RFP IS VALID FOR 120 DAYS AFTER CLOSING OF THE SOLICITATION OR AFTER RECEIPT OF THE PROPOSAL, WHICH EVER IS LATER. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THIS PROCUREMENT ARE CONSIDEREDTO BE ""ISSUED"" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL,TRANSMITTED BY FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTESBILATERAL AGREEMENT TO ""ISSUE"" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COMPUTER SYSTEM, DI . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The COMPUTER SYSTEM, DI furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;00724 8486918-001; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 ;THIS PART MUST BE TESTED IAW 8570705-001 Revision C dated 04 June 2015.; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b3bf83f6694a40af8db0999a0c370e20/view)
 
Record
SN05538676-F 20200122/200120230205 (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.