SOLICITATION NOTICE
70 -- HP Laptop and Desktop Computers with OEM Warranties
- Notice Date
- 9/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
- ZIP Code
- 93043-4307
- Solicitation Number
- N6339418T0161
- Archive Date
- 9/28/2018
- Point of Contact
- Hee Kyung Kim, Phone: 8052285191
- E-Mail Address
-
hee.kim@navy.mil
(hee.kim@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-18-T-0161 Posted Date: 10 September 2018 Original Response Date: 13 September 2018 Current Response Date: 13 September 2018 Product or Service Code: 3571 Set Aside: 100% Small Business Set Aside NAICS Code: 334111, Electronic Computer Manufacturing Contracting Office Address NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION (NSWC PHD) 4363 MISSILE WAY, Bldg. 1215 PORT HUENEME, CA. 93043-4307 Place of Delivery NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION (NSWC PHD) 4363 MISSILE WAY, Bldg. 1388, Rm. 1213 PORT HUENEME, CA. 93043-4307 Description This is a combined synopsis/solicitation for commercial items 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; quote s are being requested, and a written solicitation will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1,250 employees. The Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center (NSWC), Port Hueneme Division (PHD) is seeking to support its mission, which is to Integrate, Test, Evaluate and Provide Life Cycle Engineering and Product Support for Warfare Systems. These desktop and laptop workstation assets are to be utilized in support of Administrative and Cyber tasks throughout NSWC PHD's RDT&E network. This is intended to replace obsolete systems with common platform systems that will be centrally managed, controlled and configured to lessen the administrative complexity of maintaining disparate systems while ensuring compliance with DoD Directive (DoDD) 85001.01 of March 14, 2014, addressing cybersecurity and information assurance mandated requirements for protection of DoD network/communications infrastructure and DoD sensitive information. Maintaining these systems is integral to NSWC PHD's day to day operations and mission focused direct Fleet support. All interested companies shall provide a quotation for the following Supplies: •1. Laptop with OEM Warranty Support Services, 25 ea. •2. Desktop with OEM Warranty Support Services, 75 ea. Below are the salient characteristics that are required for the laptop and desktop: •· TAA compliant •· Must pass Microsoft Windows Hardware Certification Program for Windows 10 •· Operating System - Needed to support Microsoft ESL upgrade requirements Windows 10. •· Minimum Memory 8 GB (2 x 4GB) DDR4-2133 SDRAM •· Minimum Internal Storage 500 GB 7200 RPM SATA 2.5" HDD •· Communications Gigabit NIC; •· Security Management Trusted Platform Module (TPM) 2.0 •· Virtualization Support Memory Virtualization (Intel VT-x) IOMMU Device Virtualization (Intel Vt-d) •· Firmware Support Credential Guard and Device Guard •· No Webcam, Wifi, or Bluetooth Please see below chart for a more detailed description of the laptop computer and the desktop computer: PART NUMBER DESCRIPTION Qty HP ProBook 650 G3 1 X4N14AV HPRCTOUMAi57300FHDDPfBLfFPRnCamfWWAN650 1 2 X5B28AV#ABA Win 10 Pro 64 1 3 Y8C92AV Core i5 G7 Label 1 4 X7B43AV eStar Enable IOPT 1 5 X9H42AV No vPro AMT supported 1 6 X4N37AV No Webcam 1 7 X4N51AV 8GB (2x4GB) DDR4 2133 1 8 X4N20AV 500GB 7200RPM SATA-3 1 9 X4N46AV DVD+/-RW SM DL 1 10 X4N52AV RS-232/Serial Port 1 11 X4N90AV#ABA Dual Point BL SR 1 12 X4N38AV No WLAN/ no Bluetooth 1 13 X4N32AV No Near Field Communication (No NFC) 1 14 X4N39AV No WWAN 1 15 X4N53AV Fingerprint Reader 1 16 X4M98AV 45 Watt Smart nPFC AC Adapter 1 17 X4N86AV#ABA C5 1.0m Power Cord 1 18 X4N89AV#ABA Country Localization 1 19 X4N02AV 3 Cell 48 WHr Long Life 1 20 Y0Q44AV#ABA 3/3/0 Warranty 1 21 X4N15AV Win10 Driver DVD 1 22 F7W96AA HP Display Port to DVI Adapter 1 PART NUMBER Description Qty HP ProDesk 600 1 Y3E02AV HP ProDesk 600 G3 MT PC 1 2 Y4S68AV#ABA Win 10 Pro 64 1 3 W6N52AV ENERGY STAR Certified Label. 1 4 Y3E54AV HP ProDesk 600PLA250W MT Chassis 1 5 Z3R87AV Intel 6600 6Gen Core i5-4C 1 6 Y3E81AV 8GB (2x4GB) DDR42400 NECC Unbuffered 1 7 Y3E24AV 500GB 7200 2.5 1 8 Y3E71AV No Included ODD 1 9 Y3E38AV HP DisplayPort to DVI-D Adapter 1 10 Y3E39AV HP DisplayPort to DVI-D Adapter 2nd 1 11 W6R96AV#ABA USB BusSlim Keyboard. 1 12 Y3F09AV HP Optical USB Mouse 1 13 Y3E83AV Single unit (MT) Packaging 1 14 Y3F21AV#ABA 600 G3 Country Kit 1 15 Y3F17AV#ABA 3/3/3 MT Warranty 1 16 1BG46AV Intel Inside Core i5 Label 1 17 Y3E37AV HP DisplayPort Port 1 The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/. APPLICABLE SOLICITATION PROVISIONS •· FAR 52.204-7 System for Award Management. •· FAR 52.204-16 Commercial and Government Entity Code Reporting. •· FAR 52.204-17 Ownership or Control of Offeror •· FAR 52.204-20 Predecessor of Offeror. •· FAR 52.204-22 Alternative Line Item Proposal. •· FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. •· FAR 52.211-6 Brand Name or Equal. •· FAR 52.212-1 Instructions to Offerors - Commercial Items. •· FAR 52.212-2 Evaluation - Commercial Items. •· FAR 52.212-3 Alternate I Offeror Representations and Certifications - Commercial Items. •· FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation. •· DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. •· DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. APPLICABLE CONTRACT CLAUSES •· FAR 52.204-13 System for Award Management Maintenance. •· FAR 52.204-18 Commercial and Government Entity Code Maintenance. •· FAR 52.204-19 Incorporation by Reference of Representations and Certification. •· 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. •· FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. •· FAR 52.222-50 Combatting Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.232-17 Interest. •· FAR 52.232-39 Unenforceability of unauthorized Obligations. •· FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •· FAR 52.233-1 Disputes. •· FAR 52.233-3 Protest after Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. •· FAR 52.246-1 Contractor Inspection Requirements. •· DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. •· DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. •· DFARS 252.204-7003 Control of Government Work Product. •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. •· DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. •· DFARS 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support. •· DFARS 252.225-7048 Export Controlled Items. •· DFARS 252.232.7010 Levies on Contract Payments. •· DFARS 252.247.7023 Transportation of Supplies by Sea. The following subparagraphs of FAR 52.212-5 are applicable: •· FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards. •· FAR 52.219-6 Notice of Total Small Business Set-Aside. •· FAR 52.219-28 Post Award Small Business Program Representation. •· FAR 52.222-3 Convict Labor. •· FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. •· FAR 52.222-21 Prohibition of Segregated Facilities. •· FAR 52.222-26 Equal Opportunity. •· FAR 52.222-36 Equal Opportunity for Workers with Disabilities. •· FAR 52.222-50 Combating Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. •· FAR 52.233-3 Protest After Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. DEFENSE PRIORITIES AND ALLOCATION SYSTEM This is not a rated order under the Defense Priorities and Allocation System. INSTRUCTIONS FOR OFFERORS This is a combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 1600 (4:00PM Pacific Time) on Thursday, 13 September 2018, to point of contact. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point of contact listed below: Hee Kim Contract Specialist hee.kim@navy.mil Only questions and concerns provided prior to 1200 (12:00PM Pacific Time) on Wednesday, 12 September 2018, will receive a response. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (ii) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418T0161/listing.html)
- Place of Performance
- Address: 4363 Missile Way, Port Hueneme, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN05081418-W 20180912/180910231419-0ec6ee3bee829b20b034d3eae86e9bd0 (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 |