Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2019 FBO #6508
MODIFICATION

70 -- Workstations and Storage Nodes - Amendment 1

Notice Date
9/18/2019
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device 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
N66604-19-Q-2946
 
Point of Contact
Janna L. Beckert, Phone: 4018323560
 
E-Mail Address
janna.beckert@navy.mil
(janna.beckert@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2a Revised Offeror Proposed Minimum Specifications - OFFEROR TO COMPLETE Attachment 1a - Revised Government Minimum Specifications Amendment 003 - The purpose of this amendment is to revise Attachment #1 and Attachment #2 due to industry submitted questions and extend the closing date and time of the solicitation to 20 September 2019 at 1100AM ET. All previous versions of Attachment #1 and Attachment #2 shall be disregarded. Please review the following revised attachments for more information: Attachment #1a - Revised Government Minimum Specifications Attachment #2a - Revised Offeror Proposed Minimum Specifications All other terms and conditions remain unchanged. -------- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 15 days, in accordance with FAR 5.203(a). Request For Quotation (RFQ) number is N66604-19-Q-2846. The North American Industry Classification Systems (NAICS) code for this requirement is 334112. The Small Business Size Standard is 1,250 employees. This action is being processed as a 100% small business set-aside. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the determination. NUWCDIVNPT intends to purchase the following items on a firm-fixed price basis: CLIN 0001 Workstations, Quantity Five (5) Each CLIN 0002 Storage Nodes, Quantity Four (4) Each The proposed workstations and storage nodes shall be in accordance with the attached Government minimum requirements, Attachment #1. **Offerors shall complete and submit Attachment #2 ‘Offeror Proposed Minimum Specifications - OFFEROR TO COMPLETE' and provide complete technical specifications demonstrating that the products meet the Government's minimum requirements with their quotes.** Required Delivery Terms: F.O.B. Destination Naval Undersea Warfare Center Division: Newport, RI 02841, 30 Days after receipt of order (ARO), or sooner. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The below provisions apply to this solicitation: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, (ALT 1), Offeror Representations and Certifications--Commercial Items 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 DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 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 Wide Area Workflow; 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: Section 508: This procurement is exempt from Section 508 contract requirements in accordance with FAR 39.204(d). Defense Priorities and Allocations System (DPAS) rating is DO-C9. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/ 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 or exceeding the Government minimum requirements, in the required quantities; (2) the offeror must meet 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 Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors shall include the following information with submissions: (1) price, (2) delivery terms, (3) complete minimum specifications and Attachment #1, (4) Point of Contact (including name, phone number and email address), and (5) Contractor CAGE Code and/or DUNs Number. Offers must be received on or before 20 September 2019 at 11:00 a.m. Eastern Time (ET). Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to Janna Beckert at janna.beckert@navy.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2019-09-12 10:42:53">Sep 12, 2019 10:42 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2019-09-18 13:55:45">Sep 18, 2019 1:55 pm Track Changes Amendment 001 - The purpose of this amendment is to respond to industry submitted questions (see attached Q&A) and extend the closing date and time of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-2946/listing.html)
 
Record
SN05449517-W 20190920/190918231035-4cee8589106c067e2c15363658003f6f (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.