Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOLICITATION NOTICE

58 -- N66001-23-Q-6080- DMSS Kits

Notice Date
2/9/2023 2:31:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-23-Q-6080
 
Response Due
2/21/2023 12:00:00 PM
 
Archive Date
03/08/2023
 
Point of Contact
Hannah Chichester, Contract Specialist, Phone: 6195534479
 
E-Mail Address
hannah.chichester@navy.mil
(hannah.chichester@navy.mil)
 
Description
1. 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; quotes are being requested and a separate written solicitation will not be issued. 2. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-23-Q-6080. The North American Industry Classification System (NAICS) code applicable to this acquisition is Code 541519, NAICS Title: Information Technology Value added Resellers and the small business size standard is 150 Employees. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS Naval Information Warfare Center Pacific (NIWC Pacific) (formerly, Space and Naval Warfare Systems Center Pacific) is seeking to acquire, on a Firm Fixed-Price basis, Computing Hardware and Associated Software for the Deployable Mission Support Suite (DMSS) Fly Away Kits (FAK) utilized by the US Navy Cyber Protection Teams (CPTs), under the authority of Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: LINE ITEM #DESCRIPTIONPART NUMBERQTY 0001DMSS-N-Missionv1: Small form factor computing hardware and transportation gear designed to provide a virtualization environment in a modular, scalable, highly available, hype converged configuration, includes extra system hard drives.DMSS-N-Missionv14 0002DMSS-N-Mission DELL 4112TDMSS-N-Mission DELL 4112T8 0003DMSS-N-Mission DELL 4112FDMSS-N-Mission DELL 4112F8 0004Monthly Term license for SecureVUE software up to 50TB per day in V Series for cloud and virtual environments. Capabilities included: NetVUE for V Series, App Metadata intelligence, App Filter Intelligence, SSL Decryption. Includes bundled elite support. 36 months.DMSS-N-VBL- 50T-BN-SVP4 0005*Shipping FOB DESTINATIONN/AN/A *If not already included The expected delivery date is on or before 01 June 2023. The delivery location is: Naval Information Warfare Center, Pacific ATTN: Receiving Officer 700 Robbins Ave, BLDG 7D Philadelphia , PA 19111 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation represents the most advantageous offer as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2. Technical Acceptability Documentation: a.Technical Approach or Specifications: The ""Brand Name"" item (including part number) along with the salient physical, functional, and performance characteristics that a ""Brand Name"" product must meet are specified in the item descriptions given in the table above. Offerors shall provide a quote (no page limit) that identifies the Brand Name item. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery timeframe specified above. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b.Authorized Source Confirmation: The following product certification statement below applies to all line items and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor may be required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. Additionally, all offerors are required to provide new originally packaged items that are TAA compliant. c.Counterfeit IT Certification: The following IT related statement applies to CLIN(s) 0001-0004 The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: � Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content. � Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S."" 2.Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing or are priced out separately per the table above. 3.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. 4.Representation: To be considered for award, offerors are required to submit the representations at FAR 52.204-24, FAR 52.204-26 (if applicable), DFARS 252.204- 7016, and DFARS 252.204-7017 (if applicable). EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the most advantageous to the Government offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote: � This requirement contains supplies that are Brand Name. To be considered for award, the offeror is required to certify that the product being offered is an original, new, TAA compliant and is the specific brand name product identified above. The Government will only accept the required brand name product. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. All prices will be evaluated for reasonableness in accordance with FAR 13.106-3(a) Basis for Award. Award will be made to the firm that is determined to offer the most advantageous quote, considering Technical Acceptability and Price. Notice: Any offer rated ""Unacceptable"" under any one of the above factors may be determined to be ineligible for contract award. Contractors are required to submit the representations at FAR 52.204-24 and FAR 52.204-26 (if applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if applicable); 252.225-7974 and 252.225-7973. Additionally, the Government requires a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Oct 2018)�Alternate I (Oct 2014), to be submitted with your quotation. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Not applicable. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 15 February 2023 at 12:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-23-Q-6080. Include RFQ# N66001-23-Q-6080 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 21 February 2023 at 12:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-23-Q-6080. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil. Government RFQ Point of Contract: The primary point of contact for this solicitation is Hannah Chichester at hannah.m.chichester.civ@us.navy.mil. Secondary points of contact are: Ashley Prokop at ashley.c.prokop.civ@us.navy.mil and Julius Arrascue-Pastor at julius.j.arrascue-pastor.civ@us.navy.mil Reference the RFQ# N66001-23-Q-6080 on all email exchanges regarding this acquisition. The following provisions are incorporated by reference: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-7 System for Award Management (October 2018) 52.204-16 Commercial and Government Entity Code Reporting (August 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.212-1 Instructions to Offerors- Commercial Items (June 2020) 52.212-2 Evaluation- Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications- Commercial Items (FEB 2021) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7016 Covered Defense Telecommunications Equipment or Services� Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) 252.239-7017 Notice of Supply Chain Risk (FEB 2019) (End of clause) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government ALT I (JUN 2020) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor Debarred Suspended or Proposed for Debarment (OCT 2015) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-14 Limitations on Subcontracting (MAR 2020) 52.219-28 Post-Award Small Business Program Representation (NOV 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.239-1 Privacy or Security Safeguards (AUG 1996) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.203-3 Gratuities APR 1984 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.201-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (NOV 2021) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.212-4 Contract Terms and Conditions�Commercial Items (OCT 2018) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.247-34 F.O.B Destination (NOV 1991) 52.252-5 Authorized Deviations in Provisions (NOV 2020) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.204-7022 Expediting Contract Closeout (MAY 2021) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2017) 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (OCT 2020) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.239-7018 Supply Chain Risk (FEB 2019) 252.244-7000 Subcontracts for Commercial Items (JAN 2021) 252.246-7008 Sources of Electronic Parts (MAY 2018) 252.247-7023 Transportation of Supplies by Sea--Basic (FEB 2019) The following clauses are incorporated by full text: 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (a) Definition. Small business concern, as used in this clause� (1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (2) Affiliates, as used in paragraph (a)(1) of this clause, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103. (b) Applicability. This clause applies only to- (1) Contracts that have been totally set aside for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (End of clause) RFQ ATTACHMENTS: Attachment 1- Brand Name J&A Attachment 2- DFARS Reps and Certs
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e5f49523f3944e490251846f3b96ce1/view)
 
Record
SN06587508-F 20230211/230209230115 (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 |
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.