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 -- Dry Dock Replacement Computers, software, and installation for Remote Valve Operation at Pearl Harbor Naval Shipyard

Notice Date
9/13/2022 6:01:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904022Q5634
 
Response Due
9/19/2022 12:00:00 PM
 
Archive Date
09/19/2023
 
Point of Contact
Lisa Fielding, Phone: 2074381893
 
E-Mail Address
Lisa.Fielding@Navy.Mil
(Lisa.Fielding@Navy.Mil)
 
Description
REQUEST FOR QUOTATION THIS IS NOT AN ORDER This is a request for quotation (RFQ) to provide Pearl Harbor Naval Shipyard with Dry Dock Replacement Computers, software, and installation for Remote Valve Operation. The Contractor shall replace the current computers and associated software/licenses at Drydocks No. 1 and 2 in accordance with attachments. The touchscreen computers will be used to operate the main remote valve components for the dry docks. The new computers and software shall be verified that they are properly operating per manufacturer�s specifications. The computers shall be brand name or equal to the salient features of the Dell and Onlogics make/model.� The computers must meet the specifications and the hardening requirements to run the PCVue software to be used to remotely operate the valves. This requirement will be a firm-fixed-price order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-07 and DFARS DPN 20220826. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The NAICS code for this procurement is 541519, and the small business size standard for this NAICS Code is $30.0 (millions of dollars). *Reference Attachments: N3904022Q5634.xls Salient features � Windows 10 Pro hardening RFQ N3904022Q5634 The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance) 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 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 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation�Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-6 Small Business Program Representation 52.219-28 Post Award Small Business Representation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Additional DFARS contract terms and conditions applicable to this procurement are: 252.203-7000 � ����������� Requirements Relating to Compensation of Former DOD Officials 252.203-7002�� ����������� Requirement to Inform Employees of Whistleblower Rights 252.204-7003�� ����������� Control of Government Personnel at Work Product 252.204-7006 ������������� Billing Instructions 252.204-7008 ������������� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 ������������� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7015�� ����������� Disclosure of Information to Litigation Support Contractors 252.215-7013 ������������� Supplies and Services Provided by Nontraditional Defense Contractors. 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 252.244-7000 ������������� Subcontracts for Commercial Items 252.246-7007�������������� Contractor Counterfeit Electronic Part Detection and Avoidance System 252.247-7023 ������������� Transportation of Supplies by Sea NAVSEA CLAUSES C-202-H001 ��������������� ADDITIONAL DEFINITIONS�BASIC C-204-H001 ��������������� USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES C-211-H018 ��������������� APPROVAL BY THE GOVERNMENT C-212-W002 �������������� COMMERCIAL SUPPLIER AGREEMENTS C-227-H010���������������� COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT C-246-H001���������������� EXTENSION OF COMMERCIAL WARRANTY�������������������������������� D-211-H004 ��������������� IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA) D-247-H002���������������� PACKAGING OF SUPPLIES�BASIC (NAVSEA) D-247-W001 �������������� PROHIBITED PACKING MATERIALS (NAVSEA)E-246-H016��������������������� F-242-H001 ���������������� CONTRACTOR NOTICE REGARDING LATE DELIVERY G-232-H002 ��������������� PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 ��������������� SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING G-242-H001���������������� H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES��� The Government intends to award a single firm-fixed price task order to the lowest-priced, technically acceptable offeror. Quotes will be evaluated based on the following criteria. -Technical Acceptability (Authorized Reseller) - Price - Adherence to delivery schedule (The Contracting Officer reserves the right to award based on ability to meet the desired schedule) The Vendor is required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the addendum to FAR 52.212-1 and determine to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. If the Technical Submission does not meet the minimum requirements will be rated as �Unacceptable�, and will no longer be considered for award. System for Award Management (SAM): Vendor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: The Vendor's quote must be sent via NASA SEWP. Place of Performance: Pearl Harbor Naval Shipyard Requested delivery: DOA + 1 month / provide best delivery date (Partial deliveries will not be accepted) FOB � Destination This announcement will close on September 19, 2022 at 3:00 PM (EST). Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Vendor's quote shall include price(s), a point of contact, name, email address, phone number, CAGE code, Manufacturer Part Number, business size under NAICS Code 541519, and payment terms. The Vendor's response must clearly indicate its capability to meet all specifications and requirements. ******End of Solicitation*****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b118c3340cc94d45a4aea6c813573974/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06463865-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.