Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

71 -- IPS Desk Container

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N0006113RC018AM
 
Response Due
6/28/2013
 
Archive Date
12/25/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0006113RC018AM and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-06-28 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be NAPLES, null 80144 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001: INCOGNITO Secure Enclave Desk, Model #EX191DFC-CCDZ-L -COLOR - HEAVY WOOD COLOR TO BE DETERMINED AFTER AWARD -- An NSA accredited, moveable, non-obtrusive, self contained IT cabinet, authorized to run and store, US NIPRNET, US SIPRNET, US JWICS, and coalition networks. - The IT cabinet will provide a method for transmitting alarm information in a standard, SNMP V3, format to a 24/7/365 managed dispatch. - The IT cabinet will provide sensors that will alarm on temperature changes, physical movement, open and closed door status, and quantity of door combo lock spins. - The IT cabinet will provide a means to zeroize cryptographic information if alarm dispatch determines the safety of the system is potentially compromised. - The IT cabinet will allow user to access systems inside the safe without having to open the safe, keeping it's door closed to prevent any unwanted access. - The IT cabinet will be capable of automatically locking the workstations,and access to the workstations inside the safe when a user walks away from the desk. - The IT cabinet will be capable of using SIPR VTC, and SIPR VOIP from the same system, and for the SVTC and SVOIP to be locked when the user is not in front of the system. - The IT cabinet will provide a method of usage that will allow limiting access to the inside of the safe to the system administrator and the security manager. - The IT cabinet will be able to be taken apart and moved to another location and reassembled by local military personnel when required. - No more than 90lbs/sq-ft. - The IT cabinet will have an approved IPS container for the computer systems, and a 2 drawer safe for storage of classified documents. - The IT cabinet will have a keyboard, video, and mouse (KVM) controller allowing for one keyboard, monitor, and mouse to be used for all the connected systems. - The IT cabinet will keep noise level to a level that is non obtrusive to the user sitting right next to the system. - The IT cabinet will keep all the components operating at safe temperature levels., 3, EA; LI 002: Shipping and final destination installation by the vendor to Naples, Italy, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is _337211__ and the Small Business Standard is _500_. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) CONTRACT TERMS AND CONDITIONS FOR DEFENSE ACQUISITION OF COMMERCIAL ITEMS (MARCH 2013) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) CENTRAL CONTRACTOR REGISTRATION (DEC 2012), CCR MAINTENANCE (DEC 2012) BRAND NAME OR EQUAL PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARRMENT (DEC 2010) PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGIN IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN -- REPS AND CERTS (DEC 2012) PAYMENT BY ELECTRONIC FUNDS TRANSFAR - CCR (OCT 2003) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) CENTRAL CONTRACTOR REGISTRATION (FEB 2013) ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2008) PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2012) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUNE 2012)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0006113RC018AM/listing.html)
 
Place of Performance
Address: NAPLES, null 80144
Zip Code: 80144
 
Record
SN03100403-W 20130628/130626235316-4c734f85ce3433ab4dacbaf1d26bf696 (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.