Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2024 SAM #8268
SOLICITATION NOTICE

36 -- Combined Synopsis/Solicitation - Brand Name or Equal Office Equipment

Notice Date
7/15/2024 4:45:32 PM
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-24-Q-6281
 
Response Due
7/22/2024 12:00:00 PM
 
Archive Date
08/06/2024
 
Point of Contact
Dane J Black, Contract Specialist, Phone: 6199922150
 
E-Mail Address
dane.j.black.civ@us.navy.mil
(dane.j.black.civ@us.navy.mil)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-24-Q-6281. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334111 � Electronic Computer Manufacturing, and the small business size standard is 1,250 employees. This procurement is a Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire various Brand Name or Equal Items. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Please refer to C1.5 Attachment 01 Item List for part numbers and quantities. DELIVERY The expected delivery date is NLT 90 days After Receipt of Order (ARO). The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: San Diego, CA 92110 (Full address will be provided at time of award). OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government, price and non-price factors considered, as defined in the ""EVALUATION FACTORS FOR AWARD"" Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, CAGE and Unique Entity ID (ensure Representation and Certifications are up to date in SAM.gov), Business Size, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Products and Commercial Services, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation. The quote must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR Part 23, sustainable acquisition policies apply to both contracts for products and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to all line items and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3.Price Quote: Submit complete pricing for each individual item listed in Attachment 1, to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a delivery order to the responsible quoter, whose quote conforming to the RFQ is most advantageous to the Government, price and non-price factors considered. The factors for award are listed below. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. A quote will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical: The Government will evaluate the extent to which the quote meets or exceeds the technical requirements specified in Attachment 01 Item List. The ""Brand Name"" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an ""equal"" product must meet are specified in Attachment 01 Item List. Offerors shall provide a quote that identifies the Brand Name items or ""Equal"" items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an ""equal"" item(s), the ""equal"" product(s) must meet the salient physical, functional, and performance characteristic specified in Attachment 01 Item List. To propose an ""equal"" item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the ""equal"" item, the make/model/part number of the ""equal"" item and a website link to the descriptive literature which demonstrates the ""equal"" item meets, at a minimum, the salient characteristics provided in Attachment 01 Item List. The Government will evaluate the quote and verify specification requirements are met and perform an item risk assessment to determine technical acceptability. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed- price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. The Government will evaluate the total price and perform a price risk assessment to determine fair and reasonableness. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the offeror's Responsibility/Qualification (R/Q) documentation in System for Award Management (SAM). The Government will consider supplier risk to assess the risk of unsuccessful performance and supply chain risk using the past performance data in the Supplier Performance Risk System (SPRS) to include quality, delivery, and other contractor performance information. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered CAGE and Unique Entity ID. Page Limitations: None. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 22 July 2024 at 12:00PM. Questions must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-24-Q-6281. Include RFQ# N66001-24-Q-6281 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 22 July 2024 at 12:00PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-24-Q-6281. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract Specialist/Purchasing Agent at dane.j.black.civ@us.navy.mil. Reference RFQ# N66001-24-Q-6281 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENT 2 WITH YOUR QUOTE. 1.C1.5 ATTACHMENT (01) Item List 2.C1.5 ATTACHMENT (02) FAR & DFARS REPS AND CERTS APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-05, effective 22 May 2024 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 05/30/2024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS Provisions, incorporated by reference (as of the date of the RFQ), apply to this acquisition: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.204-29, Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures 252.203-7005, Representation Relating to Compensation of Former DoD Officials 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 252.204-7024, Notice on the Use of the Supplier Performance Risk System. 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.225-7000, Buy American�Balance of Payments Program Certificate 252.225-7055, Representation Regarding Business Operations with the Maduro Regime 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region� Representation FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders� Commercial Products and Commercial Services (as of the date of the RFQ) applies to this acquisition and includes the following clauses by reference: 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 on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27, Prohibition on a ByteDance Covered Application 52.204-30, Federal Acquisition Supply Chain Security Act Orders--Prohibition 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following FAR and DFARS Clauses, incorporated by reference (as of the date of the RFQ), apply to this acquisition: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code 52.212-4, Contract Terms and Conditions � Commercial Items 52.225-13, Restrictions on Certain Foreign Purchases 52.232-39, Unenforceability of Unauthorized Obligations, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 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 Service 252.204-7022, Expediting Contract Closeout 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�Basic 252.225-7012, Preference for Certain Domestic Commodities 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 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 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic The following additional provision(s) and clause(s) incorporated in full text, (as of the date of the RFQ) apply to this solicitation: 52.252-1, Solicitation Provisions Incorporated by Reference 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 (FAR provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions) 52.252-2, Clauses Incorporated by Reference 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): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses). (End of clause) H-3, LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (a) Definition. ""Confidential Business Information,"" (information) as used in this text, is defined as all forms and types of financial, business, economic or other types of information other than technical data or computer software/computer software documentation, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep and protect such information, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Information does not include technical data, as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include computer software/computer software documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4). (b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed by NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its information, but only for purposes as described in paragraph (c) of this text. (c) Circumstances where NAVWAR may release the contractor's or subcontractors' information include the following: (1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in handling and processing information and documents in the administration of NAVWAR contracts, such as file room management and contract closeout; and, (2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in accounting support services, including access to cost-reimbursement vouchers. (d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. NAVWAR will permit the limited release of information under paragraphs (c)(1) and (c)(2) only under the following conditions: (1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2); (2) Access to information is restricted to individuals with a bona fide need to possess; (3) Contractors and their subcontractors having access to information have agreed under their contract or a separate corporate non-disclosure agreement to provide the same level of protection to the information that would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement shall require the contractors and subcontractors to train their employees on how to properly handle the information to which they will have access, and to have their employees sign company non-disclosure agreements certifying that they understand the sensitive nature of the information and that unauthorized use of the information could expose their company to significant liability. Copies of such employee non-disclosure agreements shall be provided to the Government; and (4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2). (e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by this text. (f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that requires the furnishing of information. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c47c666f6da4e37ad0946879eec3ac5/view)
 
Record
SN07128625-F 20240717/240715230111 (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.