Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

70 -- Fully Ruggedized Computers - Attachment #1

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-3058
 
Archive Date
9/28/2018
 
Point of Contact
Kristina E. Michael, Phone: 4018325218
 
E-Mail Address
kristina.michael@navy.mil
(kristina.michael@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #1 - Government Minimum Specifications This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-18-Q-3058. The North American Industry Classification Systems (NAICS) code for this requirement is 334118. The Small Business Size Standard is 1,000 employees. This action is being processed on a 100% small business set-aside basis. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the 100% small business set-aside determination. NUWCDIVNPT intends to purchase the following items on a firm-fixed price basis: CLIN 0001: Ruggedized Computers; Quantity: 3, EACH CLIN 0002: Shipping (if applicable and separately priced); Quantity: 1, JOB Offerors shall quote all items in accordance with the Government Minimum Specifications and shall fill out all required fields listed in Attachment #1. All offers shall be accompanied by complete technical specifications demonstrating the quoted products meet all of the Government's minimum requirements and the completed Attachment #1. F.O.B. Destination: Newport, RI. Required delivery is thirty (30) days after receipt of order or sooner. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. 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 WAWF/iRAPT, otherwise the Government's preferred method of payment is credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508: The following EIT Accessibility Standards apply: 36 C.F.R. § 1194.21 - Software applications and operating systems 36 C.F.R. § 1194.23 - Telecommunications products 36 C.F.R. § 1194.24 - Video and multimedia products 36 C.F.R. § 1194.25 - Self contained, closed products 36 C.F.R. § 1194.26 - Desktop and portable computers 36 C.F.R. § 1194.31 - Functional Performance Criteria 36 C.F.R. § 1194.41 - Information, Documentation, and Support This request for quote requires registration with 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: (1) the offeror must quote the required items, meeting the minimum requirements, in the required quantities and accompany its quote with the completed Attachment #1 form; (2) the offeror must meet or exceed the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within SPRS may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Quotes must be received on or before 13 September 2018 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Kristina Michael at Kristina.michael@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-3058/listing.html)
 
Record
SN05080826-W 20180912/180910231141-d7ab53ad56253030a83c9a1aba4f5d38 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.