Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

70 -- Panasonic Toughbook FZ-55 Series laptops

Notice Date
6/4/2020 5:41:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020R0106
 
Response Due
6/18/2020 2:00:00 PM
 
Archive Date
07/03/2020
 
Point of Contact
Kurt Susnis, Phone: 4073804243
 
E-Mail Address
kurt.susnis@navy.mil
(kurt.susnis@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm Fixed Price (FFP) Purchase Order (P.O.) on a competitive basis, which will be Brand Name Specific. Evaluation Criteria: The Government will award on a lowest price technically acceptable basis to the responsible offeror meeting the specifications of this solicitation. The evaluation will include all line items. Table 1 lists the components with associated quantities for each item. Each component is identified as �Brand Name Specific�. Each component must be priced at both the unit price and total price level. The offeror�s price will be evaluated at the total price level only. The failure of an offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the offeror being ineligible for award. The solicitation number is N6134020R0106 and is being issued as a request for quotation (RFQ).� This solicitation notice incorporates provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2020-05. The North American Industrial Classification System (NAICS) Code for this solicitation is 334111 with a size standard of 1,250 employees. The Product Service Code (PSC) for this procurement is 7022.� This procurement is a 100% small business set aside. This procurement is for fifty (50) Panasonic Toughbook FZ-55 Series laptops (SKU: FZ-55BV-02VM) with the following specifications: Intel Core i7 (8th Generation) or greater 16GB RAM (DDR4) or greater Windows 10 Pro� 14� IPS/FHD Screen; (1920 x 1080) resolution or better 512GB removable, shock mounted SSD HDD or larger Smartcard xPak (SKU: FZ-VSC551W) DVD xPak (SKU: FZ-VDM551W) USB 3.1 TPM 2.0 Associated Power Supply No Return of Defective Drive Must be semi-ruggedized (fully compliant with MIL-STD-810G) No Bluetooth, Wireless, WLAN, NFC, Fingerprint reader, Camera, Microphone, Cellular, or Touchscreen Quotes are to be structured as follows: CLIN 0001: 30 laptops FOB Destination (on or before 30 September 2020) to: Commanding Officer��������������������������������������������������������������������� ATTN: Mark Radabaugh HELSEACOMBATWEPSCOLANT����������������������������������������������������������������� 491 A Street, SUITE 211���������������������������������������������������������������� Norfolk, VA 23511-4222 CLIN 0002: 15 laptops FOB Destination (on or before 30 September 2020) to: HSM Weapons School Pacific������������������������������������������������������ ATTN: LTJG Dicksey & Luis Nigrinis����������������������������������������������������������� NAS North Island������������������������������������������������������������� F Road West, Building 489����������������������������������������������������������� San Diego, CA� 92135-7048 CLIN 0003: 5 laptops FOB Destination (on or before 30 September 2020) to: Commanding Officer ATTN: Billy Pippin Strike Fighter Weapons School, Pacific 4 West K Street Lemoore, CA 93246-5028 Anticipated contract award date is 15 July 2020. If the contractor does not believe they can make the delivery date, please state why in their proposed quote with a revised estimated delivery date. Award will be made on an All or None basis. Each item must be shipped complete. Quotes must remain valid for 45 days after combined synopsis/solicitation. All items/components shall be NEW. Refurbished items/components will not be accepted. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: The FAR provision 52.212-1, Instructions to Offerors � Commercial Items (Deviation 2018-O0018: Oct 2018) apples to this acquisition. The FAR provision 52.212-2, Evaluation � Commercial Items (Oct 2014) does not apply to this acquisition. The FAR provision 52.212-3 Alternate 1, Offeror Representations and Certifications -- Commercial Items (Oct 2018) applies to this acquisition. Offerors shall include a completed copy with its offer. The FAR clause 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Deviation 2018-O0021: Sep 2018) applies to this acquisition. ? The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 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. 52.204-20 Predecessor of Offeror (July 2016) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-1 ALT1 Small Business Program Representations (Sep 2015) 52.219-6 Notice of Total Small Business Set-Aside (DEV 2019-O0003) 52.219-14 Limitations on Subcontracting (DEV 2019-O0003) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.232-1 Payments (Apr 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.243-1 Changes�Fixed Price (Apr 1984) 52.246-4 Inspection of Supplies�Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-1�Termination for Convenience of the Government (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) 252.225-7048 Export Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) A firm-fixed-price purchase order will be awarded. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. No financing will be provided for the resulting award.���� Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/.�� All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at http://farsite.hill.af.mil/. Offers are due no later than 5 pm US Eastern Time on 18 June 2020. Responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUNS Number. Proprietary data in the responses will be protected where so designated.� Quotes shall be submitted electronically to kurt.susnis@navy.mil.� Points of Contact: Kurt Susnis (407) 380-4243
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2935c44e973c448c81d6066a83951961/view)
 
Record
SN05681034-F 20200606/200604230158 (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.