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 -- Solid State Drives

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-19-Q-3211
 
Archive Date
10/5/2019
 
Point of Contact
Debra J Dube, Phone: 401-832-2281
 
E-Mail Address
debra.dube@navy.mil
(debra.dube@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis and solicitation will be open for less than 30 days, in accordance with FAR 5.203(a). Request for Quotation (RFQ) number is N66604-19-Q-3211. This procurement is 100% total small business set-aside as concurred with by the Naval Undersea Warfare Center, Division Newport's (NUWCDIVNPT) Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 334112. The Small Business Size Standard is 1,250 employees. This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order is anticipated. Delivery shall be F.O.B. Destination, Naval Station Newport, RI 02841. NUWCDIVNPT, Newport, RI. NUWCDIVNPT has a requirement for a quantity of one hundred and seventy (170) of the following: (1) Internal Solid State Drive with the following minimum specifications: (a) 2TB Storage Capacity; (b) 2.5" Form Factor; (c) SATA III 6Gb/s; (d) 550 MBps Read; (e) 520 MBps Write (f) AES 256-Bit Encryption Shipping costs are to be included. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular, at the time of this notice. The following clauses and provisions apply to this solicitation: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation- Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and 252.225-7031, Secondary Arab Boycott of Israel apply to this solicitation. This requirement will be awarded to the offeror with the Lowest Price Technically Acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a proposal/quote including all of the items listed. (2) Offerors must include the manufacturer name and part numbers/serial numbers of all of the items. (3) Offerors must provide proof that the items are shipped from the US (4) For items configured in-house, Offerors must provide proof that all items configured in house are new products, no other items will be accepted. If the Contractor does not deliver new hardware or provide proof that the in-house configured items are all new products, the Government need not accept delivery. If after award the hardware delivered are determined not to be new or delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The Government has determined that this requirement does not include EIT and is exempt from 508 requirements. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). This combined synopsis and solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the Offeror must (1) quote the item that meets the minimum specification requirements specified above in the required quantities, (2) must provide proof that the items are being shipped from their facility, and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Quotes should include price, shipping charges, and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Quotes must be emailed directly to Debra Dube at debra.dube@navy.mil. Quotes must be received by 2:00 pm on 20 September 2019. Quotes received after the closing date and time specified will be ineligible for award. For information on this acquisition contact Debra Dube at (401) 832-2281 or debra.dube@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-19-Q-3211/listing.html)
 
Record
SN05447266-W 20190919/190917230908-165056d48817193de44761a8b47e92e9 (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.