Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

70 -- BRAND NEW IT EQUIPMENT

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-7326
 
Response Due
3/27/2015
 
Archive Date
4/26/2015
 
Point of Contact
Point of Contact - Cynthia M Horriat, Contract Specialist, 619-553-3755; Gina Goodman, Contracting Officer, 619-553-5208
 
E-Mail Address
Contract Specialist
(cynthia.horriat@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0004 to Solicitation N66001-15-T-7326, effective 3/26/2015. Amendment 0004 is as follows: 1. Incorporate Question and Answer page, see below: Question: On this RFQ- line item 005, you are asking for a Dell Poweredge R620. These are EOL, and as such, unavailable from a DELL authorized distributor/VAR. Would you like a quote for the replacement model, the R630 instead? Answer: We cannot purchase the R630 as it is not certified/accredited/tested for use on our system 2. The solicitation closing date and all other terms and conditions remain unchanged. 3. All other terms and conditions remain unchanged. **************************************************************** Amendment 0003 to Solicitation N66001-15-T-7326, effective 3/25/2015. Amendment 0003 is as follows: 1. Incorporate Dell specifications for line items 0003 thru 0006 -- see uploaded document attachment. 2. The solicitation closing date and all other terms and conditions remain unchanged. 3. All other terms and conditions remain unchanged. **************************************************************** Amendment 0002 to Solicitation N66001-15-T-7326, effective 3/23/2015. Amendment 0002 is as follows: 1. Incorporate Dell specification -- see uploaded document attachment. 2. The solicitation closing date has been extended to read March 26, 2015 at 4:00 P.M. 3. All other terms and conditions remain unchanged. **************************************************************** Amendment 0001 to Solicitation N66001-15-T-7326, effective 3/19/2015. Amendment 0001 is as follows: 1. Correct the requested delivery date to read 30 Days or sooner ARO in lieu of 5 months ARO. 2. The solicitation closing date and all other terms and conditions remain unchanged. **************************************************************** This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business concern will not be considered for award. Competitive quotes are being requested under N66001-15-T-7326. NAICS code is 334111 and the size standard is 1,000 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote. "Quotes Will Be Evaluated on an All or None Basis." Quote Brand Name Do Not Substitute. "Please submit Quote in Line Item Sequence." See Attached Line Items 0001 thru 0007. "The statement below applies to ALL CLINs: To be considered for award, the offeror certifies that the product(s) being offered is an original, new, and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant." NOTE: "Vendor must provide at time of submission of quote their CISCO/DELL/HP authorized distributor information (POC, phone number) and/or any documentation supporting that the items are actually coming from that distributor, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award." Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. Requested delivery date: 30 Days or sooner ARO e. RFQ Number: N66001-15-T-7326 f. Preferred method of shipment: F.O.B. Destination Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-74 (12/26/14) and Defense Federal Acquisition Regulation Supplement (DFARS), January 15, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition in e-Commerce. FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be the lowest priced technically acceptable quote. Current FAR & DFARS. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.204-7000, Disclosure of Information, and 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, and 252.211-7003, Item Unique Identification and Valuation. 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (Deviation 2015-O0010) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation. (DEVIATION 2015- O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) This RFQ closes on March 24, 2015, at 4:00 P.M., Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at: https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-15-T-7326. The point of contact for this solicitation is Cynthia Horriat at cynthia.horriat@navy.mil. Please include RFQ N66001-15-T-7326 on all inquiries. All responding vendors must be registered to 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 a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfe6056f2f29c6c93893c3c087546882)
 
Record
SN03680235-W 20150328/150326235441-dfe6056f2f29c6c93893c3c087546882 (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  © 1994-2020, Loren Data Corp.