SOLICITATION NOTICE
70 -- XILINX Software/Hardware
- Notice Date
- 7/8/2020 5:16:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8383
- Response Due
- 7/14/2020 11:00:00 AM
- Archive Date
- 07/29/2020
- Point of Contact
- Suzanne Morgera, Phone: 4018326946
- E-Mail Address
-
suzanne.morgera@navy.mil
(suzanne.morgera@navy.mil)
- Description
- 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 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). Request for Quote (RFQ) number is N66604-20-Q-8383. NUWCDIVNPT intends to award a brand name, Firm Fixed Price (FFP) purchase for the following: CLIN 0001: Vivado System Suite: Floating License, (Part Number: EF-VAVADO-SYSTEM-FL), Quantity: 2 CLIN 0002: Xilinx Zynq-7000 All Programmable SoC ZC, (Part Number: EK-Z7-ZC706-G), Quantity: 2 CLIN 0003: Fmc Xm105 Debug Card, (Part Number: HW-FMC-XM105-G), Quantity: 4 Offerors shall quote new condition, brand name items, no substitutions allowed. Offerors must be XILINX authorized resellers. FOB Destination: Newport, RI 02841 applies. The required Delivery Date is 8 weeks after receipt of order (AOR) or sooner. This requirement is being solicited as unrestricted under the applicable North American Industry Classification Systems (NAICS) code 541519, with a size standard of $30 Million. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Small Business Administration Procurement Center concurs with this determination. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, 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 DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.246-7008, Sources of Electronic Parts The full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/. The Government�s preferred method of payment is the Government Credit Card.� If a surcharge is applicable, payment will be made via Wide Area Workflow (WAWF).�� 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. Electronic and Information technology (EIT) Section 508 Exception applies. This solicitation 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 in the exact quantity requested, meeting the Brand Name Specification requirements; (2) the offeror must quote the required items, in accordance and meeting the minimum specification requirements identified under each CLIN; 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 shall be submitted electronically to Suzanne Morgera at suzanne.morgera@navy.mil and must be received on or before Tuesday, 14 July 2020 at 2 PM EST. Quotes received after this date are late and will not be considered for award. For questions pertaining to this acquisition, please contact Suzanne Morgera at email: suzanne.morgera@navy.mil.� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/044ca2fb7be4409088e5f02d9b00f899/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05715259-F 20200710/200708230145 (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 |