Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOLICITATION NOTICE

70 -- FY20-08346 Red Rock - FMS Japan SSD

Notice Date
4/8/2020 4:24:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339420Q0029
 
Response Due
4/14/2020 3:00:00 PM
 
Archive Date
04/29/2020
 
Point of Contact
Arthur P Wynn, Phone: 8052286111
 
E-Mail Address
arthur.p.wynn@navy.mil
(arthur.p.wynn@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS � General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-20-Q-0029 Posted Date: 4/08/2020 Original Response Date: 4/14/2020 Current Response Date: 4/14/2020 Product or Service Code: 7025 Set Aside: No NAICS Code: 334112 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112, with a small business size standard of 1250 employees. This is a Sole Source Requirement. The proposed contract action is for supplies which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, Red Rock Technologies, Inc., CAGE: 00CP6, under the authority of FAR 13.501 (a)(2). The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking the following requirement; APPENDIX 1 Part Number: Commercial � RRT-SPL2235-2, Base Model: n/a Description: 3.5"" x 1"" SCSI 68-pin Wide Single Ended Solid State Drive, 240GB capacity with jumper setting to limit capacity to 147GB. Industrial grade SLC NAND Flash Quantity : 326 Part Number is Commercial Part Number: Commercial � RRT-SPL2273-1, Base Model: n/a Description: 3.5"" x 1.625"" SCSI 50-pin Single-Ended Drive with support for 1 removable CFast. Emulates SCSI DAT Quantity : 60 Part Number is Commercial Part Number: Commercial � RRT-SPL2295-1, Base Model: n/a Description: 3.5"" x 1.625"" SCSI 50-pin Single-Ended Drive with support for 1 removable CFast. Emulates SCSI CD/DVD Quantity : 83 Part Number is Commercial Part Number: Commercial � RRT-SPL2113-2, Base Model: n/a Description: VME Data Storage Module - 6U x 8HP (2-slots) - Provisions for one 3.5"" 68-pin SCSI Drive - Remote LED assembly, 10"" - Front panel, removable SCSI terminator - SCSI connections through front panel connector and P2 - No 3.5"" SCSI drive included - Functional testing at Red Rock Technologies Quantity : 76 Part Number is Commercial DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 4/14/2020.� No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Arthur Wynn, at arthur.p.wynn@navy.mil. It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 4/14/2020 3:00 P.M. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)).� The government will evaluate information based on the following evaluation criteria: (1) Price.� Total price will be evaluated. (2) Technical Capability.� The Vendor�s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation.� Technical capability will receive an �acceptable� or �not acceptable� rating.� (3) Past performance. Will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web-based sources in accordance with DFARS 213.106-2 and 252.213-7000. Adjectival Rating Description Acceptable:� Based on the Offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable: Based on the Offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.202-1 Definitions. FAR 52.203-3 Gratuities FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of��� Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management. (ALL) FAR 52.204-16 Commercial and Government Entity Code Reporting. (ALL) FAR 52.204-17 Ownership or Control of Offeror. (ALL) FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-20 Predecessor of Offeror. (ALL) FAR 52.204-21 Basic Safeguarding of covered contractor information systems. FAR 52.204-22 Alternative Line Item Proposal. (ALL) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities. (ALL) FAR 52.204-24 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (ALL) FAR 52.212-1 Instructions to Offerors�Commercial Items. (ALL) FAR 52.212-2 Evaluation�Commercial Items. (ALL) FAR 52.212-4 Contract Terms and Conditions-Commercial Items. (ALL) FAR 52.219-1 Small Business Program Representations. FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003 FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-41 Service Contract Labor Standards FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA). FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals� Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. (ALL) Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. APPLICABLE CONTRACT CLAUSES FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab. FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-1 Contractor Inspection Requirements. FAR 52.246-2 Inspection of Supplies�Fixed-Price. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bfc20f0e3a4c4a3d95c2e7f193b92718/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA, USA
Country: USA
 
Record
SN05614965-F 20200410/200408230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.