Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

70 -- 10 - SCADA WORK STATIONS

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060419Q4087
 
Response Due
9/20/2019
 
Archive Date
10/5/2019
 
Point of Contact
KALANI WATSON 808-473-7577
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060419Q4087. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Publication Notice 20190820. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334118 and the Small Business Standard is 1000 EMPLOYEES. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The proposed contract action is for a brand name only. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The FLC - Pearl Harbor requires the following items: CLIN 0001 - 1 GROUP - HSQ SCADA System Workstation for the Halawa Pump Station JBPHH.Included: Three (3) “ 19  Rack, 4 Post Open, 45U, 36  Deep, Casters with two (2) swivel Two (2) “ HSQ Integrity rx2800 i6 Server/Workstation: w/ VMS Keyboard and Mouse, 24 LCD Monitor,16 GB RAM, 147 GB Hard Drive, DVD/CD ROM Drive, Graphics Port, Pedestal Mount; Configured (excludes HSQ MISER license) “ HSQ Part No. HSQ-RX2800 Two (2) 300 GB History Disk (Configured) “ HSQ Part No. HSQ-HST-300 One (1) HSQ MISER License (Redundant Server) “ HSQ Part No. HSQMISER- B One (1) - Cisco ISR4331-AX/K9 Router Note: Includes Cisco 1000BaseZX SFP and Cisco SM-X-ES3-24-P Ethernet switch Two (2) “ APC Rack Mount Smart UPS SRT05KXLT with ten (10) SRT192BP2 batteries Note: Maximum run time at full load for this UPS is 1.5 hours. Two (2) “ Tripp Lite Power Strips, 6 outlet, Tripp-Lite Part No. 6SP Four (4) “ KVM Console, 1 Port with 17  Monitor, Rack Solutions Part No.185-5286 One (1) Dell Poweredge R430 Server One (1) Dell NX430 16 Tb NAS Storage Freight FOB HSQ Hayward, CA., (line items will be received, inspected and approved by HSQ for compliance to be utilized in NAVFACHI SCADA system then shipped to JBPHH, HI). CLIN 0002 - 1 GROUP - HSQ SCADA Workstation for the Waiawa Station Bldg. S72 Electronics Lab. Included: One (1) “ 19  Rack, 4 Post Open, 45U, 36  Deep, Casters with two (2) swivel One (1) “ 19  Rack, 4 Post Open, 25U, 36  Deep One (1) “ HSQ Integrity rx2800 i6 Server/Workstation: w/ VMS Keyboard and Mouse, 24 LCD Monitor,16 GB RAM, 147 GB Hard Drive, DVD/CD ROM Drive, Graphics Port, Pedestal Mount; Configured (excludes HSQ MISER license) “ HSQ Part No. HSQ-RX2800 One (1) HSQ MISER License (workstation) “ HSQ Part No. HSQ-MISER-C One (1) - Cisco ISR4331-AX/K9 Router Note: Includes Cisco 1000BaseZX SFP and Cisco SM-X-ES3-24-P Ethernet switch One (1) “ APC Rack Mount Smart UPS SRT05KXLT with ten (10) SRT192BP2 batteries Note: Maximum run time at full load for this UPS is 1.5 hours. Two (2) “ Tripp Lite Power Strips, 6 outlet, Tripp-Lite Part No. 6SP Five (5) “ KVM Console, 1 Port with 17  Monitor, Rack Solutions Part No. 185-5286 Freight FOB HSQ Hayward, CA., (line items will be received, inspected and approved by HSQ for compliance to be utilized in NAVFACHI SCADA system then shipped to JBPHH, HI). Delivery is September 30, 2019; FOB Destination, Delivery Location is: NAVFAC Hawaii Waiawa Pump Station 96-1379 Waihona St. Bldg. S-72 Pearl City Industrial Park, HI 96782 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7: System for Award Management 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13: SAM Maintenance 52.204-16: Commercial and Government Entity Code Reporting 52.204-18: Commercial and Government Entity Code Maintenance 52.204-23: Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6: Protecting the GovernmentΓ ‚¬ s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10: Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1: Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0021) 52.212-3 and Alt I: Offeror Representations and Certifications -- Commercial Items 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 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Veterans 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-37: Employment Reports on Veterans 52.222-50: Combating Trafficking in Persons 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer “ SAM 52.232-36: Payment By Third Pary 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 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 252.213-7000: Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7001: Buy American Act and Balance of Payments Program 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7010: Levies on Contract Payments 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea This announcement will close at 12:00PM HST on Friday, September 20, 2019. Contact KALANI WATSON who can be reached at 808-473-7577 or email kalani.watson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Method of payment by Government Credit Card. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4087/listing.html)
 
Place of Performance
Address: NAVFAC Hawaii Waiawa Pump Station
Zip Code: 96-1379 Waihona St. Bldg. S-72, PEARL CITY, HI
 
Record
SN05447097-W 20190919/190917230828-ae3ce022b9b405eb9440298ed498d2dd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.