Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOLICITATION NOTICE

53 -- Laboratory Equipment Racks

Notice Date
8/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-0430
 
Response Due
8/22/2016
 
Archive Date
9/21/2016
 
Point of Contact
Point of Contact - Diana Dressler, Contract Specialist, 619-553-4345; Matthew T Schupbach, Contracting Officer, 619-553-1481
 
E-Mail Address
Contract Specialist
(diana.dressler@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is in support of Navy's Consolidated Afloat Networks and Enterprise Services (CANES) program tactical afloat network that consolidates legacy networks into a single integrated network onboard surface ships and submarines. This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive offers are being requested under (RFP) # N66001-16-T-0430. The NAICS code applicable to this acquisition is 334111 and the small business size standard is 1,000 employees. This is a Total Small Business Set-Aside. Only offers submitted by Small Business Concerns will be accepted by the Government. Any offer that is submitted by an offeror that is not a Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, Offers must provide all of the items and quantities listed below. The Government will not consider offers for partial items or quantities. Anticipated Contract Line Items are as follows: ITEM DESCRIPTION QUANTITY UNIT 0001 Equipment Rack 20 Each Rack Specifications 1. Equipment Rack Requirements Cabinet Dimensions: 84"High by 24"Wide by 36" Deep 84" High by 24"Wide Fully Perforated Steal Front Door, Left Hinged, with Removable Core Locking and two keys 84" High by 24" Wide Fully Perforated Steal Rear Door (Split at 48") with Removable Core Locking and two keys Rail-44u-19" -EIA - 0.375" square hole Overhead Cable Management Panel with Cable Management Troughs Ability to physically attach or bolt racks together for additional stability (ie pre-drilled holes for example) Material: Steel Color: Black 2. Shipping Information: FOB Destination. To:Space and Naval Warfare Systems Command, Receiving, 4301 Pacific Highway, Bldg. OT7, San Diego CA 92110- 3127 3. Installation/Assembly: Items should arrive assembled. 4. Required Delivery Date: 10 October, 2016 Instructions: The Government may consider quotes that fail to follow instructions to be unacceptable and ineligible for award. Quotes shall: 1. Include a description of each rack unit clearly showing that the rack meets each of the specifications listed above; 2. Include pricing for each rack unit and a total all inclusive firm-fixed-price in US Dollars ($) that includes any applicable shipping, handling, assembly, taxes, or other charges if applicable; 3. Be written in English and show the Offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; and 4. Be submitted in electronic PDF or Excel format. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages shall be numbered. A Maximum of 7 pages may be submitted. No more than 7 pages per quote will be evaluated by the Government. Basis For Award: This procurement will use the Lowest Price Technically Acceptable (LPTA) source selection methodology and the government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-80 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150406. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following provisions apply to this acquisition: FAR 52.204-7, System for Award Management FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Dec 2014) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications. 252.247-7022, Representation of Extent of Transportation by Sea. The following clauses, incorporated by reference, apply to this acquisition: 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-6, Data Universal Numbering System (DUNS); 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor (E.O. 11755); 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds TransferSystem for Award Management; and 52.239-1, Privacy or Security Safeguards. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product 252.204-7006, Billing Instructions; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.222-7007, Representation Regarding Combating Trafficking in Persons; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.239-7017, Notice of Supply Chain Risk; 252.239-7018 Supply Chain Risk; 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023, Transportation of Supplies by Sea; and, This RFQ closes on 22 August 2016 at 10:00 AM, Pacific Time. Questions and offers must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-T- 0430. E-mail offers will not be accepted. For e-Commerce technical issues, please contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is Contract Specialist Diana Dressler at diana.dressler@navy.mil. Please include RFQ# N66001-16-T-0430 on all inquiries. Questions may be addressed afterward at the discretion of the Government. No telephone questions will be entertained. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a026a3e10f4f98e9130aa90a6f65ea74)
 
Record
SN04226315-W 20160818/160816235854-a026a3e10f4f98e9130aa90a6f65ea74 (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.