Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2022 SAM #7594
SOLICITATION NOTICE

70 -- 7E--Belkin KVM Switches

Notice Date
9/13/2022 5:51:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060422Q4078
 
Response Due
9/16/2022 8:30:00 AM
 
Archive Date
03/15/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0060422Q4078 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-09-16 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Joint Base Pearl Harbor Hickam, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Belkin Model F1DN102F-3 KVM Switches, 100, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The basis of award will be lowest price technically acceptable (LPTA). Offers will be considered Technical acceptable if they include all items requested that meet the Brand name specifications as well as submission of the attached Far provisions or include a note that their sam.gov registration is current and reflects the current status of the registered entity to be considered eligible for award. FAR 52.212-3 ALT I * Please complete ALT I and return it with your quote. - This form contains the information that is in your SAM registration, please scroll to page 4 section (2). If no update to your company�s information is needed, please type in �NA� This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Wide Area Workflow (WAWF). Please see attached documents: All Quoters shall include a completed copy of Attachment FAR 52.212-3 & Alt I with their quote or provide a statement. Failure to include this attachment OR provide a statement with your quote, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out N/A in paragraph b OR provide a statement that your Reps and Certs in SAM are up-to-date. Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. Equipment Condition: New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 52.204-7: System for Award Management 52.204-13: SAM Maintenance 52.209-2: Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.211-6: Brand Name or Equal 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28: Post Award Small Business Program Rerepresentation 52.219-29: Notice of Total Set-Aside for Economically Disadvantaged WOSB (EDWOSB) Concerns 52.219-30: Notice of Total Set-Aside for WOSB Concerns Eligible Under the WOSB Program 52.222-3: Convict Labor 52.222-19: Child Labor--Cooperation with Authorities and Remedies 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-37: Employment Reports on Veterans 52.222-50: Combating Trafficking in Persons 52.223-16: Acquisition of EPEAT� Registered Personal Computer Products 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-39: Unenforceability of Unauthorized Obligations 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.247-34: FOB Destination 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7003: Control of Government Personnel Work Product 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7048: Export- Controlled Items 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments Protests after Award 252.239-7017: Notice of Supply Chain Risk 252.239-7018: Supply Chain Risk 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 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 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation DEC 2016 52.222-25 Affirmative Action Compliance APR 1984 52.232-23 Assignment of Claims MAY 2014 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-5 Authorized Deviations in Provisions NOV 2020 52.252-6 Authorized Deviations in Clauses NOV 2020 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019 252.225-7012 Preference for Certain Domestic Commodities APR 2022 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) MAY 2020 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020 252.246-7008 Sources of Electronic Parts MAY 2018
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd329d8ccfa64ec59bffb0319ead5131/view)
 
Place of Performance
Address: 250 Makalapa Drive , Joint Base Pearl Harbor Hickam, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06463835-F 20220915/220913230135 (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.