SOLICITATION NOTICE
70 -- Rugged Industrial Laptops
- Notice Date
- 7/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer 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
- N66604-18-Q-2797
- Point of Contact
- Karen L. Sampson, Phone: 401-832-4343
- E-Mail Address
-
karen.sampson@navy.mil
(karen.sampson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is N66604-18-Q-2797. This procurement is 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 334111. The Small Business Size Standard is 1250 employees. The Product Service Code (PSC) is 7021. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the item below on a Firm-Fixed Price Basis: Contract Line Item Number (CLIN) 0001- Rugged Industrial Laptop Computers, Quantity 18 each. CONFIGURATION/MINIMUM REQUIREMENTS: - Must be MIL-STD-810G certified - Operating System: Windows 10 64 Bit Capable - Processor: Minimum Requirement: 2 Cores, 4 Threads, Base Frequency 2.40 GHz Laptop - Built-In Smart Card Reader - No Camera - No Wifi - No Bluetooth - TPM 2.0 - 256GB SSD (or larger) - 8GB RAM (or greater) - Keyboard: Backlit Keyboard - DVD Burner Delivery shall be F.O.B. Destination, Naval Station Newport, RI 02841. Quotes shall include detailed system configurations/ product specification sheet confirming compliance with the minimum specifications above, price, delivery terms, shipping costs and the following additional information with submissions: point of contact (including phone number and email address, and cage code). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 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. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Electronic and Information Technology (EIT) 508 Compliance is required as follows: 36 C.F.R. 1194.21 - Software Applications and Operating System 36 C.F.R. 1194.24 - Video and Multimedia Products 36 C.F.R. 1194.26 - Desktop and Portable Computers 36 C.F.R. 1194.31 - Functional Performance Criteria 36 C.F.R. 1194.41 - Information, Documentation and Support Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232- 7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. 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. Technically acceptable means (1) the items quoted meet the minimum specifications listed above, in the required quantities; and (2) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR (currently, Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. Failure to propose all the required items will render your quote ineligible for award. All timely offers will be considered. Offers must be submitted via email to karen.sampson@navy.mil no later than 2:00 p.m. (EST) on Friday, 10 August 2018. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2797/listing.html)
- Record
- SN05014144-W 20180802/180731231227-1576049c514df27c92f51d568a3f9d1d (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 |