SOLICITATION NOTICE
71 -- INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC)
- Notice Date
- 6/5/2023 2:14:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060423Q4042
- Response Due
- 6/9/2023 7:00:00 PM
- Archive Date
- 06/24/2023
- Point of Contact
- Dawit Gebreyesus, Robert Dunn
- E-Mail Address
-
dawit.t.gebreyesus.civ@us.navy.mil, robert.e.dunn46.civ@us.navy.mil
(dawit.t.gebreyesus.civ@us.navy.mil, robert.e.dunn46.civ@us.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 information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/).� The RFQ number is N0060423Q4042.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Publication Notice 20230525. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 337211 and the Small Business Standard is 1,000 Employees. This requirement is for Brand Name or Equal and a total small business set-aside The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC) Brand Name or Equal as per the attached SOW and Systems List. The GSA approved Class 5 IPS security container listed must meet all the federal specifications listed in AA-C-2786A. CLIN 0001 � INCOGNITO Executive Secured Comms. Center for Operational Security (OPSEC) Brand Name or Equal (Per the attached Systems List) � Qty. 1. �� Delivery and Installation is 150 days After Date of Contract. Delivery Location is: FOB Destination to: 31 Makalapa Drive, JBPHH, HI 96860.� Responsibility and Inspection:� unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachments: Systems List Statement of Work (SOW) FAR 52.204-24 - Reps Regarding Certain Telecommunications_Nov 2021 FAR 52.212-3 (MAY 2022) & Alt I Questions regarding the solicitation shall be submitted electronically to dawit.t.gebreyesus.civ@us.navy.mil or robert.e.dunn46.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4042 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 1600 hrs. HST (Hawaii Standard Time) on 07 June 2023. Questions submitted after this date and time may not be accepted. Please utilize Attachment 1 � Systems List to submit your quote. Together with quote please complete and submit the attached forms FAR 52.204-24 � Reps Regarding Certain Telecommunication and FAR 52.212-3 � Alt 1. The following FAR provision and clauses are applicable to this procurement:� 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or�� � Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services � 52.212-3 and its ALT I, Offeror Representations and Certifications�Commercial Products and Commercial ����������� �Services; 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial ����������� �Products and Commercial Services.� 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by � Kaspersky Lab and Other Covered Entities ���������� 52.204-25 Prohibition of 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 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-33 Non-Manufacturer Rule 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies � 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.239-1 Privacy or Security Safeguards 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Additional contract terms and conditions applicable to this procurement are:� 252.203-7000� Requirements Relating To Compensation of Former DoD Officials 252.203-7002�� Requirement to Inform Employees of Whistleblower Rights 252.203-7005� Representation Relating To Compensation of Former DoD Officials 252.204-7003�� Control of Government Personnel Work Product 252.204-7011 �Alternative Line Item Structure 252.204-7012� Safeguarding of Unclassified Controlled Technical Information 252.204-7015� Disclosure of Information To Litigation Support Contractors 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 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019�� Notice of NIST SP 800-171 DoD Assessment Requirements. 252.204-7020�� NIST SP 800-171 DoD Assessment Requirements. 252.213-7000� Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008�� Prohibition of Hexavalent Chromium 252.225-7048�� Export-Controlled Items 252.225-7055�� Representation Regarding Business Operations with the Maduro Regime 252.225-7056�� Prohibition Regarding Business Operations with the Maduro Regime 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 252.232-7017�� Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and ����������������������� Consideration 252.244-7000� Subcontracts For Commercial Items 252.247-7023�� Transportation of Supplies by Sea�Basic ������������� 52.252-1 Solicitation Provisions Incorporated by Reference�(Feb 1998) 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/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference�(Feb 1998) 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/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) ������������� This announcement will close at 1600 hrs. HST on 09 JUNE 2023. Contact Contract Specialist who can be reached email dawit.t.gebreyesus.civ@navy.mil .� All responsible sources may submit a quote which shall be considered by the agency.� Procedures in FAR 13.106 are applicable to this procurement.� While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery, a determination of responsibility and technical acceptability. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. End of Combined Synopsis/Solicitation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e8e26c1e543d43a0a388b7a6ae85a74c/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06704503-F 20230607/230605230107 (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 |