Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

70 -- Touch screen system

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-7098
 
Response Due
7/6/2016
 
Archive Date
8/5/2016
 
Point of Contact
Point of Contact - Sonja L Stevenson, Contract Specialist, 619-553-4511; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(sonja.stevenson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 to Solicitation N66001-16-T-7098, Effective 6/29/2016. Amendment 0001 is as follows: 1. All tangible items with a unit cost of $5,000.00 and over in reference to DFARS 252.211-7003, Item Identification & Valuation must have a UID label. If charging for labels they must be listed on the quote as a separate line item. 2. 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. 3. All other terms and conditions remain unchanged. *********************************************************************** N66001-16-T-7098 DUE: July 6, 2016 SMALL BUSINESS SET ASIDE/BRAND NAME 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 N66001-16-T-7098. This requirement is for brand name or equivalent, set-aside for small business, NAICS code is 334118 and business 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. PLEASE SEE THE ATTACHED LINE ITEM LIST FOR SPECIFIC DETAILS Vendors: make sure you reference the following information in the quote: a. DUN & Bradstreet number b. CAGE Code c. Business size d. Requested delivery date: 3 4 weeks or sooner after receipt of order e. Preferred method of shipment: FOB Destination f. RFQ Number: N66001-16-T-7098 Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This RFQ closes on July 6, 2016 at 9:00 AM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-T- 7098. E-mail quotes will not be accepted. For e-Commerce technical issues, please contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Sonja Stevenson at sonja.stevenson@navy.mill. Please include RFQ N66001-16-T-7098 on all inquiries. All responding vendors 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 a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-85, Effective 12/04/2015 and Defense Federal Acquisition Regulation Supplement (DFARS), Publication Notice 20151230, Effective 12/30/2015 provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: FAR Clause 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 and DFAR S 252.212-7000 Offeror Representations and Certifications Commercial Item 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. 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids 52.219-6, Notice of Total Small Business Set-Aside 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) 52.222-3, Convict Labor (E.O. 11755) 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 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) 52.233-3, Protest After Award (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78) DFAR Clause 252.204-7000, Disclosure of Information, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting and 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K) 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) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS. (A) Definitions. As used in this provision "Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016- O0001) (OCT 2015). (a) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001) (OCT 2015) shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (b) If the Offeror anticipates that additional time will be necessary to implement derived security requirement 3.5.3 "Use of multifactor authentication for local and network access to privileged accounts and for network access to non-privileged accounts" within National Institute of Standards and Technology (NIST) Special Publication (SP) 800- 171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations (see http://dx.doi.org/10.6028/NIST.SP.800- 171), the Offeror shall notify the Contracting Officer that they will implement the requirement within 9 months of contract award. (c) If the Offeror proposes to deviate from any of the security requirements in NIST SP 800-171that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of (1) Why a particular security requirement is not applicable; or (2) How an alternative, but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (d) An authorized representative of the DoD CIO will approve or disapprove offeror requests to deviate from NIST SP 800-171 requirements in writing prior to contract award. Any approved deviation from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6d0f90b85b53a7dcfffc88a215c54c8)
 
Record
SN04165524-W 20160701/160629234417-d6d0f90b85b53a7dcfffc88a215c54c8 (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.