Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2022 SAM #7566
SOLICITATION NOTICE

70 -- Dell Workstations

Notice Date
8/16/2022 11:05:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422Q0493
 
Response Due
8/19/2022 11:00:00 AM
 
Archive Date
12/31/2022
 
Point of Contact
Debra J Dube, Phone: 4018322281, Fax: 4018324820
 
E-Mail Address
debra.j.dube.civ@us.navy.mil
(debra.j.dube.civ@us.navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. Request for Quote (RFQ) number is N66604-22-Q-0493. This requirement is being solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business Programs. The North American Industry Classification System (NAICS) Code is 334111. The Small Business Size Standard is 1,250 employees. �The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase on a Firm Fixed Price (FFP) basis, Dell Workstations; 125 each, as specified in the attached technical specifications. �Required delivery is 40 days after date of contract; F.O.B. Destination, Naval Station Newport, RI. Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC). �Additional terms and conditions: �In accordance with DFARS 252.211-7003 �Item Identification and Valuation� if the unit prices proposed exceed $5,000; UID tags are required. All items shall be new; no used or refurbished items will be accepted.� The Government has determined that this requirement does include Electronic and Information Technology (EIT) compliance with standards 36 CFR 1194.23,26,31,41 for Dell Precision 4820 and with standards 36 CFR 1194.21,24,31,41 for MS Windows 10. ��Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote if not already provided for in the System for Award Management. The following FAR Clauses and provisions apply to this solicitation: - FAR 52.212-1, Instructions to Offerors--Commercial Item; - FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial ItemsAlternate 1; - FAR 52.212-4, Contract Terms and Conditions--Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.� Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far. The following DFARS clauses and provisions apply to this solicitation: - 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; - 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; -252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; - 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; - 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation; - 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements (included if item is not a commercial off the shelf item); - 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements (included if item is not a commercial off the shelf item); and - 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. Full text of incorporated DFARS clauses and provisions may be accessed electronically at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. In order to be determined technically acceptable: (1) the offeror must quote Dell certified items meeting the brand name requirement in the required quantities in the attached specifications, (2) Provide proof that all items are shipping from the U.S., (3) All resellers shall provide Original Equipment Manufacturer (OEM) authorized reseller status; and (4) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the SPRS may render a quote being deemed technically unacceptable. Payment will be via Wide Area Workflow (WAWF)).� Offerors shall include price, shipping costs, delivery terms, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror�s CAGE Code and DUNS number, and the quote shall include a validity date of no less than 60 days from due date for receipt of offers.� Active registration with the System for Award Management (SAM) is required at the time a quotation is submitted in order to comply with the annual representations and certifications requirements. Registration information can be found at https://www.sam.gov/portal/public/SAM/.� Quotes shall be submitted electronically via email to Debra Dube at debra.j.dube.civ@us.navy.mil and must be received on or before Friday, August 19th, 2022 at 2:00PM Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. For questions regarding this acquisition, please contact Debra Dube at debra.j.dube.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3c379c5b8a845ad815cbb380e309140/view)
 
Record
SN06429547-F 20220818/220816230128 (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.