Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
MODIFICATION

70 -- SINGLE BOARD COMPUTER

Notice Date
12/16/2016
 
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
N66001-17-T-6061
 
Response Due
12/23/2016
 
Archive Date
1/22/2017
 
Point of Contact
Point of Contact - Cynthia M Horriat, Contract Specialist, 619-553-3755; Dorothy J Powell, Contracting Officer, 619-553-4455
 
E-Mail Address
Contract Specialist
(cynthia.horriat@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 to Solicitation N66001-17-T-6061, effective 12/16/2016. The purpose of Amendment 0001 is as follows: 1. Incorporate the following Questions and Answers: Question #1: Could you please advise on which version of VxWorks is required? * The Single Board Computer needs to support VxWorks (Reference - Board Support Package: Wind River's VxWorks). VxWorks is not pre-loaded on the Single Board Computer. Loading any version of VxWorks on the Single Board Computer is not a requirement and is not specified. Thus the VxWorks version is not a requirement and is not specified. Question #2 (a through d): Solicitation is missing some important specifications requirements. Please clarify on the following: -form factor, Proccessor-Maximum Memory - Mezzanine - Ruggedization. * Form Factor is 6U VME and is an industry standard (Reference - 6U VME Single Board Computer) * Processor Maximum Memory is not specified. However the minimum government requirements are 1GigaByte of SDRAM (Reference - Memory: 1GB SDRAM) * Mezzanine is supported by two (2) PMC Slots (Reference - PMC Slots: 2). Populating the mezzanine is not a requirement and is not specified. * Ruggedization is not part of Single Board Computer Requirements. Ruggedizing the Single Board Computer is not a requirement and is not specified. 2. Extend the solicitation close date to read Friday, December 16 @ 10:00 A.M. PST. 3. 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 only the 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 will not be considered for award. Competitive quotes are being requested under N66001-17-T-6061. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1,250 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 whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable. A complete quote must be received for consideration. A complete quote is completion of submission of item 0001 specifications. Quotes Will Be Evaluated on an All or None Basis. Quote Brand Name or Equal to Abaco. See attached Specifications for Line Item 0001. QTY: 19 EA Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation (MAR 2016). If there is a cost for the UID Label, please list it as a separate line item. The statement below applies to CLIN 0001: 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 there 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: N66001-17-T-6061 e. Requested delivery date: 30 days after receipt of order (ARO) 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 2005-92 (11/18/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), November 04, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offer; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code 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 (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea. This RFQ closes December 16, 2016 at 10:00 A. M., Pacific Standard Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-T-6061. Contractors bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The contractor bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. The point of contact for this solicitation is Cynthia Horriat at cynthia.horriat@navy.mil. Please include RFQ N66001-17-T-6061 on all inquiries. 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, CAGE Code and Federal Tax ID Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/935ebcc9421b1403924f54ed8729af8a)
 
Record
SN04354053-W 20161218/161216234305-935ebcc9421b1403924f54ed8729af8a (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.