Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2020 SAM #6841
SOLICITATION NOTICE

74 -- Command Headsets and Webcams

Notice Date
8/20/2020 11:51:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020R0140
 
Response Due
8/25/2020 2:00:00 PM
 
Archive Date
09/09/2020
 
Point of Contact
joseph willdigg
 
E-Mail Address
joseph.willdigg@navy.mil
(joseph.willdigg@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Combined synopsis/solicitation N6134020R0140 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/content/regulations inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2020-07-2. This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 334118. There is a requirement for 1,476 Logitech, brand-name only, webcams and headsets for command support at NAWCTSD, Orlando. See Attachment 2 for brand-name justification. �All quoted items must meet the specifications set forth in Attachment 1. The CLIN Breakout is as follows: CLIN 0001 � C925E BUSINESS WEBCAM - P/N 960-001075 (See full specifications on Attachment 1) � Quantity: 1,476 Shipping Address: NAWCTSD Orlando 12211 Science Drive Orlando, Florida 32826 CLIN 0002: H390 USB COMPUTER HEADSET � P/N 981-000014 (See full specifications on Attachment 1) � Quantity: 1,476 Shipping Address: Same as CLIN 0001 All items are required to be delivered no later than 30 days after award. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. 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 specifications and delivery requirements of 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. All offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration.� More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-13 FAR 52.204-23 FAR 52.204-24 FAR 52.204-25 FAR 52.204-26 FAR 52.209-2 FAR 52.209-10 FAR 52.209-11 FAR 52.219-6 FAR 52.222-21 FAR 52.222-26 FAR 52.222-50 FAR 52.223-18 FAR 52.225-13 FAR 52.225-25 FAR 52.232-33 FAR 52.232-39 FAR 52.233-1 FAR 52.233-4 FAR 52.236-5 FAR 52.236-7 FAR 52.236-26 FAR 52.252-2 The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS� �252.203-7005 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.204-7016 DFARS 252.204-7017 DFARS 252.204-7018 DFARS 252.225-7048 DFARS 252.232-7006 DFARS 252.232-7010 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/content/regulations.� No DPAS rating applies. Offers are due no later than 1700 US Eastern Standard Time on 25 August 2020. Quotes will only be accepted by Contract Specialist, Joseph Willdigg via email at joseph.willdigg@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of offeror; warranty information; discount terms, estimated period of performance; business type; CAGE code. Proprietary data in the responses will be protected where so designated.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aae2d5acaa794a33b4e65659e4640ad1/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05768114-F 20200822/200820230158 (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.