Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2021 SAM #7068
SOLICITATION NOTICE

70 -- Radar Bay Expansion - Hardware Buy SATS 15G31

Notice Date
4/6/2021 7:05:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134021Q0012
 
Response Due
4/16/2021 2:00:00 PM
 
Archive Date
05/01/2021
 
Point of Contact
Sara Falk
 
E-Mail Address
sara.falk@navy.mil
(sara.falk@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 the format in Subpart 12.6, as supplemented with additional information included in this notice. Naval Air Warfare Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed Price (FFP) purchase order on a competitive basis.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined synopsis/solicitation N61340-21-Q-0012 is issued as a request for quotation (RFQ) and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2021-04 published on 19 January 2021.� The associated North American Classification System (NAICS) code for this solicitation is 334111 with a size standard of 1,250 employees. The Product Service Code (PSC) for this procurement is 7B22. This procurement is being solicitated as a 100% small business set-aside. Procurement Description: A Firm-Fixed-Price (FFP) purchase order will be awarded. The Government will award on a lowest price technically acceptable basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The evaluation will include all line items. The list below refelcts the components required with associated quantities for each item. Each component must be priced at both the unit price and total price level. The offeror's price will be evaluated at the total price level only. This will be awarded as a single CLIN for the entire list of components. 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. Manufacturers Part/Model Number: IDP2810SQ-DT Quantity: 9 CAGE Code: 1T85F 28: LED Monitor, 2K x 2K, RGB/DVI/BNC, Vesa Mount Manufactuers Part/Model Number: SL-3U-IH110M-GK-SI�(Brand Name: Superlogix) Quantity: 9 CAGE Code: 1WFQ2 Custom Configuration: Symvionics, Inc Rack Mount Industrial PC - 19"" 3U Rack Mount Case (Short Depth 15.35""),Supports 7th and 6th Generation Intel� Core� i7/i5/i3/Pentium�/Celeron� Processors (Socket 1151), Up to 64GB 2133MHz non-ECC DDR4 DIMMs on 4 DIMM slots, Micro-ATX Motherboard with Intel Z270 Chipset, 3 x PCI Express 3.0 x16 slots (16/0/0, 8/8/0, or 8/8/4) and 1 x PCIe 3.0 x1 slot, 1 x 10/100/1000 LAN, Integrated Video for 2 independent displays (DVI-D + HDMI), HD Audio, 1 x �Serial (1 optional RS-232 via header), 1 x PS/2 port, 2 x USB 3.1 ports (rear, one Type-A, one Type-C), 6 x USB 3.0 Ports (4 Rear, 2 optional via internal header), 2 x USB 2.0 (front), TPM supported via optional module Manufacturers Part/Model Number: 600-0021 Quantity: 9 CAGE Code: 6Z833 STARS USB Trackball Manufacturers Part/Model Number: 533-0037 Quantity: 9� CAGE Code: 6Z833 STARS Keyboard Anticipated contract award date is 14 May 2021. If the contractor does not believe they can make the delivery date of 10 September 2021, please state why in their proposed quote with a revised estimated delivery date. Delivery Location: NAWCTSD/Rick Cash (850)452-7554 Bldg 3220 RM 228 281 Farrar Road Pensacola, FL 32508 Award will be made on an All or None basis. Each item must be shipped complete. Quotes must remain valid for 45 days after combined synopsis/solicitation. All items/components shall be NEW. Refurbised items/components will not be accepted.� The following FAR and Defense Federal Acqusition Regulation Supplement (DFARS) provisions and clauses aply to this acquisition and are hereby incorporated by reference: FAR� 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-24 Representation Regarding Certian Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equpment or Services-Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Propsoed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations� 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alternate 1, Offeror Representations and Certifications - Commercial Items 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) 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2020-O0008) 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-33 Nonmanufacturer Rule 52.222-3 Convict Labor 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-1 Payments 52.232-11 Extras 52.232-33 Payment by Electronic Funds Transfer - System for Award Managment 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes - Fixed Price 52.246-2 Inspection of Supplies - Fixed-Price 52.247-34 F.O.B. Destination 52.249-1 Termination for Convenience of the Government (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference� 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Agency Office of the Inspector General� 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services - Representation 252.204-7017 Prohibition on the Acquistion of Covered Defense Telecommunications Equipment or Services - Representation 252.204-7018 Prohibition on the Acqusition of Covered Defense Telecommunicatinos Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea No financing will be provided for the resulting award.� All Offerors must be in the System of Award Managment. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Offers are due no later than 5:00 PM US Eastern Standard Time on 16 April 2021. Responses will only be accepted by e-mail to Sara.Falk@navy.mil. Responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUSN Number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Sara Falk, Contract Specialist, Sara.Falk@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e7a28936d65948389b78eb9005645dc0/view)
 
Place of Performance
Address: Pensacola, FL 32508, USA
Zip Code: 32508
Country: USA
 
Record
SN05964082-F 20210408/210406230117 (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.