Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

D -- Brand Name EMC Hardware and Software Maintenance Support

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-0335
 
Response Due
7/12/2016
 
Archive Date
8/11/2016
 
Point of Contact
Point of Contact - Israel Alvarado, Contract Specialist, 619-553-7204; Jeannette L Perez, Contracting Officer, 619-553-7918
 
E-Mail Address
Contract Specialist
(israel.alvarado@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 02: 07 July 2016 - This amendment adds a "Questions and Answers" attachment. Amendment 01: 06 July 2016 This amendment removes the Option years. This is an SSC Pacific 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. Competitive quotes are being requested under N66001-16-T-0335. This requirement is set-aside for small business, NAICS code is 541519 and business size standard is $27.5M. This is a brand-name procurement for EMC hardware and software maintenance support. Details of the requirements are on the attached spreadsheet. All line items are to be quoted individually. 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. Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number N66001-16-T-0335 e. Preferred Delivery: F.O. B. Destination. If quoting FOB origin, shipping estimate must be provided. f. Indicate delivery lead time after receipt of order. Ship to Address: SPAWAR SYSTEMS CENTER PACIFIC RECEIVING OFFICER 4297 PACIFIC HIGHWAY, BLDG OTC7 SAN DIEGO, CA 92110 Basis for award: The Government anticipates awarding a firm-fixed price purchase order (lowest-priced, technically acceptable) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (06/16/16) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 06/07/16. 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. 52.204-6, Data Universal Numbering System (DUNS) 52.204-16, Commercial and Government Entity Code Reporting 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors- Commercial Items 52.212-3, Offerors Representations and Certifications-Commercial Items Alternate I 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and 52.252-1, Solicitation Provisions Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204.7011, Alternative Line Item Structure 52.204-17, Ownership or Control of Offeror 52.209-5, Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters 52.252-5, Authorized Deviations in Provisions 252.204-7004, Alternate A, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2016) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.203-6, Restrictions on Subcontracting Sales to the Government (Sept 2006) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6, Notice of Total Small Business Set-Aside. 52.219-8, Utilization of Small Business Concerns 52.219-28,Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor---Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34, F.o.b. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7012, Preference for Certain Domestic Commodities 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7010, Levies on Contract Payments. 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea This RFQ closes on July 12, 2016 at 11:00 AM, 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/N66001-16-T- 0335. The point of contact for this solicitation is Israel Alvarado at israel.alvarado@navy.mil and Jeannette Perez at Jeannette.perez1@navy.mil Please include RFQ N66001-16-T- 0335 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af5b9087ea01abf21134af804423a6a0)
 
Record
SN04174766-W 20160709/160707235710-af5b9087ea01abf21134af804423a6a0 (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.