Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2021 SAM #7182
SOLICITATION NOTICE

75 -- Force Protection Shredders

Notice Date
7/29/2021 8:28:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
HQ042321R0038
 
Response Due
8/6/2021 10:00:00 AM
 
Archive Date
08/21/2021
 
Point of Contact
Anthony M. Svab, Phone: 6147014283
 
E-Mail Address
anthony.m.svab2.civ@mail.mil
(anthony.m.svab2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
HQ0423-21-R-0038 REQUEST FOR QUOTE (RFQ) Force Protection Shredders Title of requirement:� Force Protection Shredders for Defense Finance and Accounting Service Indianapolis (DFAS-IN) This is a combined synopsis/solicitation RFQ for the purchase of a Hard Disk Drive (HDD) degausser, HDD Crusher, and a Solid State Drive (SSD) shredder, utility cart, and accompanying maintenance kit(s)/replaceable parts with a 1 year warranty for DFAS-IN in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued.� Set Aside:� This will be a total small business set-aside.� NAICS code for this announcement is 334112 with small business size standard of 1,250.� Quotes only from small business concerns and Federal Prison Industries (FPI) will be accepted.� Quotes received from concerns that are not small business or FPI shall be considered nonresponsive and will be rejected.� Reference No.: KOAIN21RI930 SOLICITATION CLOSING DATE:� All quotes must be received by the closing date/time on July 1, 2021 at 12:00 PM eastern.� Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil.� Quotes shall include at a minimum, in addition to the items listed in the section �BASIS for AWARD� below, the following: Unit pricing per line item as shown on the separately attached schedule of items table; Vendor Contact Name, Phone Number and Email Address Company Cage Code and DUNS Number Tax Identification Number Business Size:� Small/Large/Other: _______________ Place of Manufacture Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. Attached Documents: Description of Need (DON), Schedule of Items, Technical Certification Sheet, Full Text (Clauses and Provisions). Issued by: Point of Contact: Anthony Svab DFAS Contract Services Directorate 3990 E Broad Street Bldg. 21 Columbus, OH� 43213-1152 Phone:� 614-701-4283 Fax:� 614-701-2918; Email address:� anthony.m.svab2.civ@mail.mil Contract Type:� Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.� **COMPLETE AND RETURN:� Technical Certification Form:� You MUST complete and return the Technical Certification Forms (attached separately) if you are submitting a HDD degausser, HSS crusher, as well as a SSD shredder, that is a different brand than the ones listed within this RFQ.� If you do not complete and return the Technical Certification Form with the submission of your quote, then your quote will NOT be considered for award.� REQUIRED: Page 1-2 of the document �Full Text� must be completed by the vendor and sent in with that vendor�s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor�s quote NOT be considered for award. Please refer to the first paragraph of page 3 under provision FAR 52.212-3 and make sure your company completes any representations required under that provision. Description of Need:� The contractor will deliver a Hard Disk Drive (HDD) Degausser, HDD Crusher, and Solid State Drive (SSD) shredder that meets National Security Agency (NSA) standards for destruction of classified media. In addition, the contractor will also include a utility cart, as well as maintenance kits/spare parts for the items listed above. This items shall be delivered to the Defense Finance and Accounting Service (DFAS) Indianapolis Warehouse. This contract shall also include standard one-year warranty/maintenance. The contractor is responsible for delivery of the product. Any and all visible product damage/defects to-the-point of final acceptance by warehouse personnel will be the responsibility of the contractor who will be responsible for all costs associated with replacement. The contractor providing products identified in this RFQ shall meet the following specifications: One (1) HDD Degausser that meets NSA standards for destruction of classified media One (1) HDD Crusher that meets NSA standards for destruction of classified media One (1) SDD Shredder that meets NSA standards for destruction of classified media Utility Cart that holds the HDD degausser and HDD crusher and has wheels for mobility Spare parts/maintenance kits (if necessary for normal operation of the above listed items) One year of warranty/maintenance **This RFQ is requesting a Brand Name or Equal for this requirement. The requested HDD Degausser is a Data Security HD-5T Degausser. The HDD Crusher is a Data Security DB-4000 Destruction Device. The SSD Shredder is a Data Security SSMD-2mm Solid State Media Disintegrator. If you are submitting a quote that is not for this brand name for these models, then your models need to meet the outlined salient features found below. In addition, any quote using a different brand and make will be REQUIRED to submit a Technical Certification Sheet. This sheet must be completed in its entirety to be considered for award.** Required Salient Features for Other Models: Required Salient Features for Hard Drive Disk (HDD) Degausser NSA Approved HDD Degausser (must submit proof) Single pass degausser Able to meet destruction timelines in the event of a declared emergency destruction of classified electronic media Degausser must be capable of handling 3.5� HDD minimum Power Requirement: 110V or 230V Required Salient Features for Hard Drive Disk (HDD) Crusher NSA Approved HDD Crusher (must submit proof) Able to meet destruction timelines in the event of a declared emergency destruction of classified electronic media Crusher must be capable of handling 3.5� HDD minimum Power Requirement: 110V or 230V Required Salient Features for Solid State Drive (SSD) Shredder NSA Approved SSD Shredder (Must submit proof) Capable of shredding the SSD into pieces no greater in size than 2mm Power Requirement: 110V or 230V Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days. Delivery:�� Deliver FOB Destination to occur no later than 30 days after award.� Address for Delivery: DFAS Indianapolis: DFAS-IN Warehouse 3250 N. Post Rd Suite 315, Bldg 3 Indianapolis, IN 46226-6536 POC: Phillip Hirman, 317-212-1119 � List any Acceptance Criteria:�� All or none basis.� � BASIS FOR SELECTION:� The Government will award a single contract to the Contractor whose quote is determined to be lowest price technically acceptable. BASIS FOR DETERMINING TECHNICAL QUALIFICATION: Quoted items must be either: 1) A Data Security HD-5T Degausser, DB-4000 Destruction Device, and a SSMD-2mm Solid State Media Disintegrator OR 2) be another brand that meets the technical requirements identified above.� You MUST return the Technical Certification Form (attached separately) if you are quoting a different brand than the one specified.� Failure to complete and return the Technical Certification Form will result in your quote not being considered for award.� Cost of Quotes:� Expenses incurred in the preparation of quotes in response to this RFQ are the vendor�s sole responsibility and not reimbursable by the Government.� Invoicing and Payment:� Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow.� It is the Contractor�s responsibility to register in the WAWF system in order to insure prompt payment.� Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. Contracting Officer�s Representative (COR):� The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract.� The COR�s authority is limited to technical issues and is not authorized to make contractual decisions.� The COR will monitor performance, funding and payment requirements.� An alternate, will be assigned if the designated COR is unavailable.� COR will be provided upon award of any resultant contract. Applicable Provisions and Clauses:� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05.� The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.� NOTE:� The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far.� Provisions by Reference:� 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.212-1 Instructions to Offerors � Commercial Items JUN 2020 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation DEC 2019 252.204-7019 Notice of NIST SO 800-171 DoD Assessment Requirements NOV 2020 Clauses By Reference: 52.204-13 System of Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representation and Certifications DEC 2014 52.211-17 Delivery of Excess Quantities SEPT 1989 52.212-4 Contract Terms and Conditions � Commercial Items OCT 2018 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (Revision 2) NOV 2020 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support Contractors MAY 2016 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program DEC 2017 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea � Basic FEB 2019 Incorporated by Full Text:� The following provisions and clauses in full text have been separately attached: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020 52.204-26 Covered Telecommunications Equipment or Services � Representation OCT 2020 52.212-3 Alt. I Offeror Representations and Certifications�Commercial Items � Alternate I OCT 2014 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items JAN 2021 52.222-19 Child Labor�Cooperation with Authorities and Remedies JAN 2020 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-6 Authorized Deviations in Clauses NOV 2020 QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:� All questions and inquiries concerning any aspect of this requirement must be submitted in writing to anthony.m.svab2.civ@mail.mil. Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.� Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� PLEASE NOTE:� A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46be357703c144238b38174dd3911386/view)
 
Place of Performance
Address: Indianapolis, IN 46226, USA
Zip Code: 46226
Country: USA
 
Record
SN06078763-F 20210731/210729230130 (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.