SOLICITATION NOTICE
70 -- Automatic Data Processing Equipment
- Notice Date
- 7/30/2010
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017810R1064
- Response Due
- 8/13/2010
- Archive Date
- 8/28/2010
- Point of Contact
- Theresa Ashton 540-653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis/solicitation for a commercial item purchased on a firm-fixed-price, sole source basis and prepared in accordance with the format in FAR Subpart 12.6, 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 is a Request for Proposal (RFP); the solicitation number is N00178-10-R-1064. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase on a sole source basis: CLIN 0001: 32 each, Part Number 4238ARG-03 - ruggedized 2U rack mount 3 slot industrial computer with single removable SATA HD; CLIN 0002: 9 each, Part Number 4238GDI-03 - ruggedized 2U rack mount 3 slot industrial computer with single removable SATA HD, single Dual Core Xeon; CLIN 0003: 3 each, Part Number 4233GDI-01 - ruggedized 2U rack mount 3 slot industrial computer with Quad Core Xeon; and CLIN 0004: 1 each, Part Number 7191FPD-01 - ruggedized 1U rack mount 19 inch LCD flat panel display manufactured by Systel, Inc. The Systel brand has gone through software testing and found to meet all technical requirements with regard to form, fit and function, per the Justification and Approval statement posted to FBO on July 29, 2010. The award will be in accordance with FAR 13.5 Test Program for Certain commercial Items. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-42, effective July 16, 2010. The NAICS Code is 541519, with a size standard of $25 Million. F.O.B. Destination to Virginia Beach, VA shall apply. Delivery shall be no later than 45 days after receipt of contract. Award will be made to the low, technically acceptable offeror. INSTRUCTIONS: The provision at 52.212-1, Instructions of Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to Naval Surface Warfare Center, Dahlgren Division, 17632 Dahlgren Road, Suite 157, Dahlgren, VA 22448-5110, no later than 2:00pm (EST) August 13, 2010. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFP number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award. (5) A copy of the complete commercial warranty provisions and terms; (6) offered delivery time; (7) offeror's remit to address; (8) completed copies of FAR 52.212-3, Alt. I and DFARS 252.212-7000; (9) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar value, date of sell, organizational name, point of contact, address, phone number and email. (10) The price proposal should include: (a) a copy of the current catalog or established price list for the items covered by the offer, or information where the established price may be found; (b) a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices list in the above mentioned catalog or established pricelist; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Sept 2005), applies to this acquisition. The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2006) applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2006) (Deviation) applies to this acquisition. The following clauses are applicable: 52.203-3, 252.211-7003, 252.243-7002, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037 and 252.247-7024. The closing date for receipt of proposals is no later than 2:00 pm (EST) on August 13, 2010. Electronic quotes are encouraged at: Theresa.ashton@navy.mil. Proposals may also be faxed to (540) 653-7088 or delivered to NSWCDD, 17632 Dahlgren Road, Suite 157, Dahlgren, VA 22448-5110. NSWCDD Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis/solicitation and any applicable amendments will be available on the World Wide Web at: http://www.nswc.navy.mil/supply. Hard copies WILL NOT be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments. The FAR and DFAR provisions and clauses referenced in this solicitation can be found in full text at: http://farsite.hill.af.mil. The following local clauses will be incorporated into the resultant order: Ddl-F22, which advises offerors of the hours of operation for the place of delivery; Ddl-F40, which will require the offeror to give the Government notification if delivery will be late; and Ddl-G50, which requires the offeror to submit invoices through Wide Area Workflow (WAWF).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R1064/listing.html)
- Place of Performance
- Address: Naval Surface Warfare Center, Dahlgren Division17632 Dahlgren RoadSuite 157, Dahlgren, Virginia
- Zip Code: 22448
- Zip Code: 22448
- Record
- SN02224664-W 20100801/100730235740-73bc121703ed0c231856c50a18b04a31 (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 |