SOLICITATION NOTICE
70 -- Concurrent Real-Time Brand Name Products
- Notice Date
- 9/29/2020 11:40:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660420Q8435
- Response Due
- 9/30/2020 11:00:00 AM
- Archive Date
- 10/15/2020
- Point of Contact
- Adrienne M. Gregor, Phone: 4018328635, ALEXANDER OLARTE, Phone: 4018322648
- E-Mail Address
-
adrienne.gregor1@navy.mil, alexander.olarte@navy.mil
(adrienne.gregor1@navy.mil, alexander.olarte@navy.mil)
- Description
- This action is being processed�on a brand name basis�under the applicable North American Industry Classification Systems (NAICS) code 334111. The Small Business Size Standard is 1,250 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs has concurred that this action is open to both large and small businesses and the contracting officer has granted a waiver of the requirements for using NASA SEWP.� This action was previously posted to SEWP as a small business set aside and no responses were received. NUWCDIVNPT intends to award a Firm Fixed Price (FFP) order for the following brand name, Concurrent Real-Time products (authorized Concurrent Real-Time resellers only): CLIN 0001: Digital Injection R740, No camera, no WiFi, and TPM 2.0 enabled, (Concurrent Real-Time Model No: HQR74-2R31C-2AE30-DI), Quantity: 4, see attached minimum specifications. CLIN 0002: Afterbody R740, No camera, no WiFi, and TPM 2.0 enabled, (Concurrent Real-Time Model No: HQR74-2R31C-2BE30-AB), Quantity: 4, see attached minimum specifications. CLIN 0003: WAF Rack System (Subset), (Concurrent Real-Time Model No: RIQ12851D-058-B), Quantity: 1, see attached minimum specifications. 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 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 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. Payment will be via PIEE/Wide Area Workflow. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Section 508: The following EIT Accessibility Standards apply: X 36 C.F.R. � 1194.21 - Software applications and operating systems __ 36 C.F.R. � 1194.22 - Web-based and internet information and applications X 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 X 36 C.F.R. � 1194.26 - Desktop and portable computers X 36 C.F.R. � 1194.31 - Functional Performance Criteria X 36 C.F.R. � 1194.41 - Information, Documentation, and Support 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) All items from the minimum specifications list must be included in the quote and all items must be Concurrent Real-Time products from Concurrent Real-Time authorized resellers only; (2) the offeror must quote the required items, in accordance with the minimum specification requirements identified for 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. All products must be in new condition and must be Concurrent Real-Time authorized vendors.� Any unauthorized resellers will be ineligible for award. For information about this acquisition contact Adrienne Gregor at Adrienne.gregor1@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/551886dbdb49419481885d4d092a92f9/view)
- Record
- SN05814651-F 20201001/200929230157 (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 |