Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

70 -- Integrated Enclosed Server Rows

Notice Date
8/21/2020 11:54:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
W7NE USPFO ACTIVITY MA ARNG DEVENS MA 01434-3505 USA
 
ZIP Code
01434-3505
 
Solicitation Number
W50S80-20-Q-0004
 
Response Due
9/7/2020 10:00:00 AM
 
Archive Date
09/22/2020
 
Point of Contact
Isao Hattori, Phone: 339-202-3812, Kerry A. Wells, Phone: (508) 968-4978
 
E-Mail Address
isao.hattori.civ@mail.mil, kerry.wells@us.af.mil
(isao.hattori.civ@mail.mil, kerry.wells@us.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W50S80-20-Q-0004, and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08. The Massachusetts Air National Guard 102nd Intelligence Wing (102IW) has a requirement Enclosed Server Solution. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 � Electronic Computer Manufacturing, a small business size standard of 1,250 Employees.� This requirement is�Unrestricted�using Simplified Acquisition Procedures in accordance with FAR Subpart 13.5.� Interested vendors must add the applicable NAICS to their System for Award Management (SAM) Representations and Certifications prior to submitting their quote. 102 IW requires the following items: CLIN 0001: Integrated Enclosed Server Row, 2 Each CLIN 0002: Installation, 1 Job Please see the attached Description of Requirement for details. Delivery Date: 90 days Preferred After Date of Contract. The solicitation will start on the date this solicitation is posted and will end on�7 September 2020 1:00 PM Eastern Standard Time.�� Free On Board (FOB) Destination shall be 158 Reilly Street, Otis ANGB, MA 02542. The Government contemplates award of a Firm-Fixed Price (FFP) contract. All technical or contractual questions shall be submitted in writing via e-mail to Isao Hattori at isao.hattori.civ@mail.mil.� Questions must be received no later than two (2) business days prior to date for receipt of quotes.� Telephone inquiries will not be accepted. If the Government responses to technical questions affect the Description of Requirement or any other portion of the solicitation, then an Amendment of Solicitation will be issued. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W50S80-20-Q-0004. For example, the subject of your email should be similar to the following: Quote Submission by Company XYZ, Solicitation Number W50S80-20-Q-0004 Company XYZ Question Regarding Solicitation Number W50S80-20-Q-0004 BASIS OF AWARD: Award will be based on a determination of best value to the Government, price and other factors considered.� ""Best value"" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement.� Best value evaluation is, in and of itself, subjective assessment by the Government of the proposed solution that provides the optimal results of the Government. The evaluation shall be conducted utilizing Simplified Acquisition Procedures as permitted for certain commercial items under FAR 13.5.� In accordance with FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Factors that shall be used to determine Best Value are Technical and Price. Technical is slightly more important than price.� As such, the Government may award to other than the lowest price or most highly evaluated technical proposal. The technical factor is further described below: The Government will evaluate all-inclusive integrated rack row system security, reliability, maintainability, and sustainability.� In particular, the Government will evaluate form/fit/function of the Server Rack Rows, Inclusive Thermal Management, Fire Suppression, Power, and UPS Systems as specified in the Description of Requirement. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Quotes must be good for 60 calendar days after close of the solicitation. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. The procurement will incorporate all applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS) provisions and clauses as follows: PROVISIONS INCORPORATED BY REFERENCE The following clauses and provisions are incorporated by reference: 52.212-1 Instructions to Offerors � Commercial Items (Deviation 2018-O0013) 52.212-2 Evaluation -- Commercial Items, applies and specific evaluation criteria to be used are contained in the section 'Basis of Award' above. 52.212-3 Offeror Representations and Certifications - Commercial Items, Alt I, applies and specific requirements for providing Offeror Representations and Certifications 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-26 Covered telecommunications Equipment or Services�Representation 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7008 Only One Offer CLAUSES INCORPORATED BY REFERENCE 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Deviation 2018-O0021). 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor � Cooperation of Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 (Alt 1) Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements--Basic 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea PROVISIONS INCORPORATED BY FULL TEXT 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Please see the�attached 52.204-24. 52.252-1 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, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Provision) 52.252-5 Authorized Deviations in Provisions The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. 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 Provision) CLAUSES INCORPORATED BY FULL TEXT 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Clause) 52.252-6 Authorized Deviations in Clauses The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause.� The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af104c31ad31410e905d95ebe638428d/view)
 
Place of Performance
Address: Buzzards Bay, MA 02542, USA
Zip Code: 02542
Country: USA
 
Record
SN05769589-F 20200823/200821230207 (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.