SOLICITATION NOTICE
70 -- Computers, Serves and Monitors
- Notice Date
- 12/12/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- N62306 Naval Oceanographic Office, Mississippi 1002 Balch Boulevard Stennis Space Center, MS
- ZIP Code
- 39522
- Solicitation Number
- N6230619R0003
- Response Due
- 1/3/2019
- Archive Date
- 1/18/2019
- Point of Contact
- Roselyn N. Bailey 228-688-4914
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION Solicitation Number: N6230619R0003 Computers, Serves and Monitors This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number, as referenced above, issued as a request for proposal (RFP). This solicitation documents and incorporates provisions and clauses are those in effect through FAC 2005-101 effective 26 October 2018 and DFARS Publication Notice 20181031. NOTE: All documentation submittal due times are Central local time (Gulfport, Ms). NOTE: Dates highlighted in Solicitation may change based on award date. 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: FAR Site and DPAP DFARS Site. Solicitation is 100% Small Business Set-Aside. The Small Business Size Standard is 1250 employees. The North American Industry Classification Standard (NAICS) code is 334111- Computers manufacturing. The Naval Oceanographic Office (NAVO) intends to issue a single award from this solicitation. Please indicate above referenced solicitation number in the subject line of emails and all correspondence. COMBINED SYNOPSIS/SOLICITATION SUPPLEMENTAL INFORMATION: 1. SOLICITATION QUESTIONS: 1.1 Questions must be submitted in writing. The questions format is provided as Attachment A, Questions Request Form. Questions shall be submitted via electronic mail (e-mail) to: NAVO_STNS_CONTRACTS@nmci-isf.com. Questions will be accepted up to 10:00 a.m. December 27, 2018. All questions and answers will be published via amendment to the solicitation. 2. AMENDMENTS TO SOLICITATION: 2.1 Acknowledged receipt of ALL amendments to this solicitation on the proposal transmittal letter. If any of the amendments to this solicitation furnish amended sections, the amended sections must be used in submitting your proposal. 3. PROPOSAL ACCEPTANCE PERIOD: 3.1 The minimum proposal acceptance period is specified in FAR Clause 52.212-1 Addendum, paragraph (c). Please ensure that you allow at least the stated number of calendar days for the Government to accept your proposal. 4. SUBMITTING PROPOSALS: 4.1 Proposals must arrive at the designated location by the exact time and date as specified in this solicitation. Any contractor submissions or requests for information about this RFP after the closing date and time are late, and will not be considered. 4.2 Proposals will only be received by this office via email to NAVO_STNS_CONTRACTS@nmci-isf.com and copy roselyn.n.bailey@navy.mil. Transmission of proposals by fax to this office is NOT ACCEPTABLE and will result in proposals being rejected. 4.3 Please carefully review the entire RFP package including the SOW, all other solicitation attachments, and the instructions included herein and respond with a written proposal. Offerors must demonstrate their capability to satisfy the entire breadth and scope of the SOW. 4.4 Proposal due date and time is January 3, 2019, 10:00am local time. 5. WRITTEN CONTENTS 5.1 Proposal Cover Letter shall include:  Names, titles, email addresses and telephone numbers of persons authorized to negotiate on the firms behalf with the Government in connection with this solicitation.  Name, title, email and signature of the person authorized to sign the Proposal.  Acknowledgements of all amendments.  CAGE Numbers: Each offeror shall include the contractual organizational CAGE number on documentation.  CONTRACTOR UNIQUE ENTITY IDENTIFIER: Each offeror shall include the contractual organizational Unique Entity Identifier number on documentation.  Provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. A copy of completed certifications via the SAM Web site is acceptable. 5.2 Technical Proposal shall include: 5.2.1 Provide the make, model/part number of the item proposed and the country of origin. A statement that all items are TAA compliant. 5.2.2 Please provide a statement that all products are Custom off the Shelf products from an authorized manufacturer. 5.2.3 Please provide a Certificate of Conformity (CoC) and/or documentation that provides traceability of product construction. 5.3 Price Proposal shall include: 5.3.1 Proposals shall include Firm Fixed Unit Pricing for CLIN 0001-0003. Contractor must complete the attached excel spreadsheet for proposed pricing. See Attachment B, Price Schedule. 6. INVOICES/PAYMENT INSTRUCTIONS 6.1 Payment by Government commercial purchase card is the preferred method of payment. Please advise if this is acceptable. 6.2 If payment by credit card is not acceptable, invoice(s) must be submitted electronically, via Wide Area Work Flow (WAWF) in accordance with DFARS clause DFARS 252.232-7003 with payment by Electronic Funds Transfer (EFT). 7. COPIES OF SOLICITATION DOCUMENTS AND AMENDMENTS 7.1 Copies of the solicitation and amendments are available by INTERNET ACCESS ONLY. All Request for Proposals (RFP) documents and any amendments to the RFP are made available from the FedBizOpps website. 7.2 It shall be the contractor ™s responsibility to check the website for any amendments. The offeror shall submit in the Proposal all requested information specified in this solicitation 8. BEST VALUE EVALUATION 8.1 FAR Part 13.106-2 is applicable to this procurement. 8.2 While price will be a significant factor in the evaluation of proposals, the final contract award will be based on a combination of factors: combination of price, meeting/exceeding the salient characteristics and meeting manufacturer/traceability requirements. 9. ATTACHMENTS: Attachment A, RFP Computers, Serves and Monitors - for SOW, applicable supplemental/addenda information, provisions, clauses, and instructions. Attachment B, Price Schedule Attachment C, Questions Request Form NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/810ba63f3ed0ba7bacdb57af0d471b33)
- Record
- SN05172764-F 20181214/181212230030 (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 |