Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

70 -- Cfast drives and media

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-18-T-0183
 
Archive Date
10/5/2018
 
Point of Contact
Cedric D. Parks, Phone: 8052280601
 
E-Mail Address
cedric.parks@navy.mil
(cedric.parks@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: N63394-18-T-0183 Posted Date: 9/07/2018 Original Response Date: 9/14/2018 Current Response Date: 9/20/2018 Product or Service Code: 7025 Set Aside: Total Small Business NAICS Code: 334112 Contracting Office Address Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way Port Hueneme, CA 93043-4307 Place of Delivery Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way, Building 435 Port Hueneme, CA 93043-4307 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract utilizing other than full and open competition. This is a brand name requirement for Red Rock Technologies, Inc. supplies, Commercial and Government Entity (CAGE) Code 00CP6, under the authority of FAR 13.106. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112. The NSWC PHD intends to procure Small Computer System Interface (SCSI) Narrow Drive with removable CFast solid state storage. The SCSI Narrow Drive with removable CFast solid state storage will replace Magnetic Optical (MO) Drives to support the Next Generation Peripheral (NGP)/Rack Based Console (RBC) OJ-721. All responsible sources may submit a quotation which shall be considered by the agency for the following: Red Rock Technologies, Inc. is the brand name of the following items: •1. CFast Drive QTY: 100 (Base) FMS Funding P/N: RRT-SPL2217-2 •2. CFast Media QTY: 350 (Base) FMS Funding P/N: RRT-CFAST-SLC-8GB •3. CFast Drive QTY: 200 (Base) USN Funding P/N: RRT-SPL2217-2 •4. CFast Media QTY: 2,100 (Base) USN Funding P/N: RRT-CFAST-SLC-8GB •5. CFast Drive QTY: 50 (Option) FMS Funding P/N: RRT-SPL2217-2 •6. CFast Media QTY: 50 (Option) FMS Funding P/N: RRT-CFAST-SLC-8GB •7. CFast Media QTY: 250 (Option) USN Funding P/N: RRT-SPL2217-2 •8. CFast Media QTY: 50 (Option) FMS Funding P/N: RRT-CFAST-SLC-8GB •9. CFast Drive QTY: 50 (Option) FMS Funding P/N: RRT-SPL2217-2 •10. CFast Media QTY: 250 (Option) USN Funding P/N: RRT-CFAST-SLC-8GB •11. CFast Drive QTY: 50 (Option) FMS Funding P/N: P/N: RRT-SPL2217-2 •12. CFast Media QYT: 50 (Option) FMS Funding P/N: RRT-CFAST-SLC-8GB •13. CFast Media QTY: 250 (Option) USN Funding P/N: RRT-CFAST-SLC-8GB •14. CFast Drive QTY: 50 (Option) FMS Funding P/N: RRT-SPL2217-2 •15. CFast Media QTY: 50 (Option) FMS Funding P/N: RRT-CFAST-SLC-8GB •16. CFast Media QTY: 250 (Option) USN Funding P/N: RRT-CFAST-SLC-8GB •17. Shipping QTY: Lot The full test of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/. The following solicitation provisions apply to this acquisition: •· FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. •· FAR 52.204-7 System for Award Management. •· FAR 52.204-16 Commercial and Government Entity Code Reporting. •· FAR 52.204-17 Ownership or Control of Offeror. •· FAR 52.204-20 Predecessor of Offeror. •· FAR 52.204-22 Alternative Line Item Proposal. •· FAR 52.209-5 Certification Regarding Responsibility Matters. •· FAR 52.209-7 Information Regarding Responsibility Matters. •· FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. •· FAR 52.223-22 Public Disclosure of Greenhouse Gas Emission and Reduction Goals-Representation. •· FAR 52.232-2 Service of Protest. •· DFARS 252.204-7004 Alternate A, System for Award Management. •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. •· DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. •· DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Applicable Contract Clauses: •· FAR 52.202-1 Definitions •· FAR 52.203-3 Gratuities •· FAR 52.203-6 Restrictions on Subcontractor Sales to the Government-Alternate I. •· FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. •· FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. •· FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. •· FAR 52.204-13 System for Award Management Maintenance. •· FAR 52.204-18 Commercial and Government Entity Code Maintenance. •· FAR 52.204-19 Incorporation by Reference of Representations and Certification. •· FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. •· FAR 52.212-4 Contract Terms and Conditions-Commercial Items. •· FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item. Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of CLINs (line items) 5-16, identified in this solicitation as option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor prior to contract expiration. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. •· FAR 52.229-3 Federal, State, and Local Taxes. •· FAR 52.232-17 Interest. •· FAR 52.232-39 Unenforceability of Unauthorized Obligations. •· FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •· FAR 52.233-1 Disputes. •· FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. •· FAR 52.242-13 Bankruptcy. •· FAR 52.243-1 Changes-Fixed Price. •· FAR 52.246-1 Contractor Inspection Requirements. •· FAR 52.246-2 Inspection of Supplies-Fixed Price. •· FAR 52.246-16 Responsibility for Supplies. •· FAR 52.247-34 F.o.b. Destination. •· FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price). •· FAR 52.249-8 Default (Fixed-Price Supply and Service). •· FAR 52.252-2 Clauses Incorporated by Reference. •· DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. •· DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. •· DFARS 252.204-7003 Control of Government Personnel Work Product. •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. •· DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. •· DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. •· DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. •· DFARS 252.211-7003 Item Unique Identification and Valuation. •· DFARS 252.211-7008 Use of Government-Assigned Serial Numbers. •· DFARS 252.223-7008 Prohibition of Hexavalent Chromium. •· DFARS 252.225-7001 Buy American and Balance of Payments Program. •· DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. •· DFARS 252.225-7012 Preference for Certain Domestic Commodities. •· DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales. •· DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments. •· DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals. •· DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. •· DFARS 252.232-7006 Wide Area Workflow Payment Instructions. •· DFARS 252.232-7010 Levies on Contract Payments. •· DFARS 252.243-7001 Pricing of Contract Modifications. •· DFARS 252.243-7002 Requests for Equitable Adjustment. •· DFARS 252.244-7000 Subcontracts for Commercial Items. •· DFARS 252.247-7023 Transportation by Supplies by Sea. •· DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. •· HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) Defense Priorities and Allocations System This is not a rated order under the Defense Priorities and Allocations System. Instructions for Offerors This is a combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 1 :00PM PDT on 14 September 2018 to Contracting Office Address listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the points of contact listed below: Cedric Parks Contract Specialist Cedric.parks@navy.mil Only questions and concerns provided prior to 12 September 2018 will receive a response. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-18-T-0183/listing.html)
 
Place of Performance
Address: 4363 Missile Way, Building 435, port hueneme, California, 93043-4307, United States
Zip Code: 93043-4307
 
Record
SN05087145-W 20180915/180913231011-fef55f0e4ecf10751092be8026e528ad (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.