Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
MODIFICATION

D -- EMC Hardware and Software Support

Notice Date
7/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and 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-0308
 
Response Due
7/27/2016
 
Archive Date
8/26/2016
 
Point of Contact
Point of Contact - Megan Simmons-Herrling, Contract Specialist, 619-553-3292; Matthew T Schupbach, Contracting Officer, 619-553-1481
 
E-Mail Address
Contract Specialist
(megan.simmonsherrlin@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RFQ# N66001-16-T-0308 This solicitation 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 an offeror, that is not a small business concern, will NOT be considered for award. The applicable small business size standard is $32.5M for NAICS 518210. Quotes will be evaluated on an all or none basis. Only quotes for all items listed below will be accepted. ***This is a "Brand Name" requirement for EMC Hardware and Software Support. DO NOT SUBSTITUTE. See attached Justification and Approval for details of brand name rationale. At time of quote submission, offeror must provide their "EMC2" authorized distributor/reseller information (POC, phone number, and email address) and/or any other documentation supporting that the services to be procured are actually coming from aforementioned distributor (e.g. certification, letter, or copy of invoice). Failure to provide such documentation will render the offeror as non-responsive and the quote(s) may not be considered for award. The following are a list of Contract Line Items. Quotes shall provide a firm-fixed-price for each line item below (0001 through 0018) and an overall all inclusive total firm-fixed- price. All prices shall include any applicable taxes, shipping, handling, or other charges. ***Please see table in attached document. The Period of Performance is as follows: For Items 0001 through 0012: 8/1/16 through 7/28/17. For Items 0013 through 0018: 12/31/16 through 6/30/2017. Instructions, Conditions and Notices: The Government may consider offers that fail to follow instructions to be unacceptable and ineligible for contract award. With the submission of quote, offerors shall ensure the following information is provided: a. Offeror point of contact, phone number, and email address b. Dun & Bradstreet number (DUNS) c. Cage Code d. Business Size under NAICS Code 518210 with a size standard of $32.5M e. RFQ Number N66001-16-T-0308 f. EMC2 Authorized Distributor or Reseller documentation g. A firm-fixed-price for each line item (0001 through 0018) and an overall all inclusive total firm-fixed-price that includes any applicable taxes, shipping, handling, or other charges. *** All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers. Basis of Award: The government anticipates awarding a Firm Fixed Price (FFP) purchase order to the lowest priced technically acceptable quote that conforms to the solicitation instructions contained herein. The Government will first check to see if offerors followed the instructions in this solicitation. If an offeror does not follow all instructions, the quote may be determined ineligible for purchase order award. Responses: 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-0308. E-mail offers 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. Please include the following solicitation number in the subject line of any email regarding this quote: N66001-16-T-0308. No questions via telephone will be entertained. Quote Due Date and Time: 1500 Pacific Time on 27 July 2016. The Government reserves the right to revise the due date for quotes. All quotes must be submitted as instructed above. Offers received after the due date will not be accepted. Attachments and Exhibits: Attachment(s) A. JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Exhibit(s): Not Applicable. Clauses: This solicitation document incorporates clauses in effect through Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). It is the responsibility of the offeror to be familiar with the applicable clauses. The provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following Federal Acquisition Regulation (FAR) provisions apply: 52.204-7 - System for Award Management 52.212-3 and Alt I - Offeror Representations and CertificationsCommercial Items (Dec 2014) 252.203-7996 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DEVIATION 2016-O0003 (OCT 15) 252.204-7004 Alternate A - System for Award Management 252.239-7017 - Notice of Supply Chain Risk The following Federal Acquisition Regulation (FAR) clauses apply): 52.203-3 - Gratuities 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-16, Commercial and Government Entity Code Reporting; 52.212-4 -Contract Terms and Conditions -- Commercial Items (May 2015) 52.212-5 -Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2016), and includes: 52.203-6 - Restrictions on Subcontracting Sales to the Government (Sept 2006); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 - Notice of Total Small Business Set-Aside; 52.219-8 - Utilization of Small Business Concerns; 52.219-14 - Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 - Convict Labor; 52.222-26 - Equal Opportunity; 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity. 52.222-35 - Equal Opportunity for Veterans; 52.222-37 - Employment Reports on Veterans; 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act; 52.222-41 - Service Contract Labor Standards; 52.222-42 - Statement of Equivalent Rates for Federal Hires; 52.222-50 - Combating Trafficking in Persons; and 52.225-13 - Restrictions on Certain Foreign Purchases. 52.232-23 - Assignment of Claims; 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) The following Defense Federal Acquisition Regulation Supplemental (DFARS) clauses apply: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7997 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7000 - Disclosure of Information 252.204-7003 - Control of Government Personnel Work Product 252.204-7006 - Billing Instructions; 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 - Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7001 - Buy American Act and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.239-7018 - Supply Chain risk. 252.243-7001 - Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4c003316461cea65ddca7e2818d6d4b)
 
Record
SN04196000-W 20160728/160726234735-a4c003316461cea65ddca7e2818d6d4b (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.