Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOLICITATION NOTICE

70 -- Procurement of Compute Node Hardware

Notice Date
3/6/2023 8:59:54 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
N6660423Q0264
 
Response Due
3/10/2023 11:00:00 AM
 
Archive Date
03/25/2023
 
Point of Contact
Justin Monti, Phone: (401) 832-6788
 
E-Mail Address
justin.g.monti.civ@us.navy.mil
(justin.g.monti.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 1: The purpose of this amendment is to extend the date offers are due to 2:00 PM on 10 March 2023 and to upload Attachment 2 � Salient Features and Minimum Specifications_REVISED, in order to clarify the type of drive required on CLINs 0001 and 0002. All other terms and conditions remain unchanged. 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. This combined synopsis and solicitation will be open for less than thirty (30) days, in accordance with FAR 5.203(b). Request for Quote (RFQ) number is N66604-23-Q-0264. This action is being processed on a 100% small business set-aside basis under the applicable North American Industry Classification Systems (NAICS) code 334111. The Small Business Size Standard is 1,250 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following brand name items, no substitutions, on a firm-fixed-price basis: CLIN 0001: Compute Node Hardware, QTY�12; CLIN 0002: Data Farm Compute Node Hardware, QTY 2; CLIN 0003: Power Distribution Unit, QTY 1; CLIN 0004:�Metered Power Distribution Unit, QTY 4; and CLIN 0005: Extended Power Distribution Unit, QTY 1. Offerors shall quote new condition, brand name items (no substitutions) in accordance with redacted Attachment 1 � Draft Justification and Approval and Attachment 2 � Salient Features and Minimum Specifications. All quotes shall demonstrate that the products meet all off the Government�s minimum requirements. Additionally, Offerors shall complete Attachment 3, Federal Acquisition Regular (FAR) provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) and include signed as part of the quote if not already provided for in the System for Award Management. F.O.B. Destination, Newport, RI 02841-1708. Required delivery is 1 September 2023, or sooner. The Offeror shall include shipping charges, if applicable and separately priced, and specify delivery lead times in its quote. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law. FAR 52.212-1, Instructions to Offerors � Commercial Items (Nov 2021); FAR 52.212-2, Evaluation � Commercial Items (Nov 2021); FAR 52.212-3 (ALT 1), Offeror Representations and Certifications � Commercial Items (Nov 2021); FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2021); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Nov 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008); FAR 52.219-28, Post Award Small Business Program Representation (Sep 2021); FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (Jul 2020); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2019); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021); DFARS, 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019); DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors. DFARS 252.225-7031, Secondary Arab Boycott of Israel. DFARS 252.246-7008, Sources of Electronic Parts. Additionally, NIST Provision 252.204-7019, Notice of NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS and NIST Clause 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS apply. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviations is indicated by the addition of �(Deviation)� after the date of the clause. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card. The Government has determined that this requirement does not include Electronic and Information Technology (EIT) or is exempt from 508 requirements. This solicitation requires active registration within the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable the offeror shall: Quote the Brand Name items specified (no substitutions allowed) that meet all of the Salient Features and Minimum Specifications as listed in Attachment 2 of this solicitation, in their required quantities; Meet or exceed the required delivery date; Provide proof that all items are shipped from the U.S.; Provide proof that all items configured in house are new products; gray market items will not be accepted; The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. NOTE: Offerors are advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. Offerors shall include price, delivery terms, shipping costs (if applicable) and the following additional information with submissions: point of contact (including phone number and e-mail address), offeror CAGE Code, and offeror DUNS. Offers must be submitted via email to Justin G. Monti at justin.g.monti.civ@us.navy.mil and must be received on or before 2:00 p.m. on 7 March 2023 Eastern Standard Time (EST). Quotes received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Justin Monti by email: justin.g.monti.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6f10b305ebb4e17bac35eed5bab0db6/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06609809-F 20230308/230306230107 (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.