Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

70 -- Plotter Printer, Accessories & Basic Office Supplies

Notice Date
6/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
N66001-17-Q-8020
 
Response Due
6/20/2017
 
Archive Date
7/20/2017
 
Point of Contact
Point of Contact - Ashley V Cooper, Contract Specialist, 619-553-4360; Cynthia M Horriat, Contracting Officer, 619-553-3755
 
E-Mail Address
Contract Specialist
(ashley.cooper@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Space and Naval Warfare Systems Center, Pacific (SSC Pacific) combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 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-Q-8020. This requirement is set-aside for small businesses, NAICS code 334118 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. ***THIS IS A "BRAND NAME, DO NOT SUBSTITUTE" REQUIREMENT*** 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: For items that are being quoted as brand name- Vendor must provide at time of submission of quote their HP authorized distributor information (POC, phone number) and/or any documentation supporting that the items are actually coming from that OEM, i.e., certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote will be treated as non-responsive and your quote(s) will not be considered for award. Please See Attached Document Titled "8020_Plotter Printer Line Items List" DFARS 252.211-7003, Item Unique Identification & Valuation may apply to these items. NOTE: IUID labels are required on all items with until cost of $5,000.00 or more per DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item. NOTE: Shipping and Handling, if applicable, must be listed on the quote as a separate line item. This SHIPPING ADDRESS is: SPAWAR SYSTEMS CENTER PACIFIC ATTN: RECEIVING OFFICER 4297 PACIFIC HIGHWAY, BLDG OT7 SAN DIEGO, CA 92110 Vendors: Make sure to state the following information in the quote: A. DUNS Number B. CAGE Code C. Business Size D. Requested Delivery Date: 30 days or sooner After Receipt of Order (ARO) E. RFQ Number: N66001-17-Q-8020 F. Preferred Method of Shipment: FOB Destination ***This RFQ closes on June 20, 2017 at 10:00AM Pacific Standard Time*** To respond to this announcement, you must be registered to the SPAWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil, and upload your quote under SSC Pacific/Simplified Acquisitions/N66001-17-Q-8020. The point of contact for this solicitation is Ashley Cooper; ashley.cooper@navy.mil. Please include RFQ N66001-17-Q-8020 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 registered DUNS and CAGE Code numbers. The following 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 OFFEROR 52.204-20 PREDECESSOR OF OFFEROR 52.207-4 ECONOMIC PURCHASE QUANTITY- SUPPLIES 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS- REPRESENTATION 52.209-11 REPRESENTATION BY COROPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW 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 CERTIFICATIONS- COMMERICAL ITEMS (As registered in SAM) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS 52.223-22 PUBLIC DISCLOSURE OF GREENHOUSE GAS EMISSIONS AND REDUCTION GOALS- REPRESENTATION 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN- REPRESENTATION AND CERTIFICATIONS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT 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 SYSTEM- STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS 252.239-7009 REPRESENTATION OF USE OF CLOUD COMPUTING 252.239-7017 NOTICE OF SUPPLY CHAIN RISK 252.246-7005 NOTICE OF WARRANTY TRACKING OF SERIALIZED ITEMS The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS 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) 52.232-25 PROMPT PAYMENT 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS 52.233-1 DISPUTES 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.247-34 F.O.B. DESTINATION 52.252-2 CLAUSES INCORPORATED BY REFERENCE 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION 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 PROGRAMBASIC 252.225-7048 EXPORT-CONTROLLED ITEMS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS 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 252.244-7000 SUBCONTRACTORS FOR COMMERCIAL ITEMS 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES 252.246-7008 SOURCES OF ELECTRONIC PARTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5338c6011544f61f9d664e316b8a83d)
 
Record
SN04542108-W 20170615/170613234330-a5338c6011544f61f9d664e316b8a83d (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.