Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2023 SAM #7932
SOLICITATION NOTICE

70 -- 7J--KVM Switches

Notice Date
8/14/2023 1:33:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
W7NX USPFO ACTIVITY PAANG 193 MIDDLETOWN PA 17057-5071 USA
 
ZIP Code
17057-5071
 
Solicitation Number
W50S9223Q9019
 
Response Due
8/17/2023 1:30:00 PM
 
Archive Date
02/13/2024
 
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 W50S9223Q9019 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 2023-05. 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 bids. 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: 2023-08-17 16:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Special Shipping Instructions. The USPFO PA 193 MSC W50S92 requires the following items, Brand Name or Equal, to the following: LI 001: Vertiv CYBEX SC Universal DP/H Secure KVM Switch 4-Port Dual Display, PP4.0Brand Name or EqualSHIP TO:193 Air Operations Group, 1776 Minuteman Lane, State College, PA 16803, 36, EA; LI 002: BELKIN 4-PORT SINGLE HEAD DP/HDMI TO DP/HDMI VIDEO SECURE DESKTOP KVM SWITCH, NO CAC PP4.0. UNIVERSAL 2ND GEN SECURE KVM SWITCH, 4-P. Mfr Part No.: F1DN104KVM-UNN4. Brand Name or EqualSHIP TO: 193 SOW/SOG, Building 76 Mustang Alley, Room 143, Middletown, PA 17057, 30, EA; LI 003: 6' DISPLAYPORT TO DVI CABLE manufactured by star tech. Mfr Part No: DP2DVIMM6BS Brand Name or EqualSHIP TO: 193 SOW/SOG, Building 76 Mustang Alley, Room 143, Middletown, PA 17057, 120, EA; Solicitation and Buy Attachments ***Question Submission: Interested Sellers 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, USPFO PA 193 MSC W50S92 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USPFO PA 193 MSC W50S92 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 bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, 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 Sellers 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. Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In accordance with DFARS 252.232-7003, ""Electronic Submission of Payment Requests and Receiving Reports"", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under ""about WAWF"". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation:252.203-7000Requirements Relating to Compensation of Former DoD Officials252.203-7002Requirement to Inform Employees of Whistleblower Rights252.203-7005Representation Relating to Compensation of Former DoD Officials252.204-7003Control of Government Personnel Work Product252.204-7008Compliance with Safeguarding Covered Defense Information Controls252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015Notice of Authorized Disclosure of Information for Litigation Support252.204-7016Covered Defense Telecommunications Equipment or Services--Representation252.204-7017Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation252.204-7018Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019Notice of NIST SP 800-171 DoD Assessment Requirements.252.204-7020NIST SP 800-171 DoD Assessment Requirements.252.204-7024Notice on the use of the Supplier Performance Risk System252.211-7003Item Unique Identification and Valuation252.225-7059Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous region252.232-7003Electronic Submission of Payment Requests and Receiving Reports252.232-7010Levies on Contract Payments252.244-7000Subcontracts for Commercial Products and Commercial Services252.246-7004Safety of Facilities, Infrastructure, and Equipment for Military Operations252.246-7008Sources of Electronic Parts The following FAR Provisions and Clauses apply to this acquisition:52.204-26 Covered Telecommunications Equipment or Services-Representation52.204-27 Prohibition on a ByteDance Covered Application52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and other covered Entities.52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application52.209-10, Prohibition on Contracting with Inverted Domestic Corporation52.211-6, Brand Name or Equal52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.232-39, Unenforceability of Unauthorized Obligations.52.232-40, Providing Accelerated payments to Small Business Subcontractors52.233-3, Protest after Award52.233-3, Applicable Law for Breach of Contract Claim A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications - Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/.By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this RFQ. The contractor shall submit warranty terms and conditions with their submitted quote. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest-priced, technically acceptableTechnical and past performance, when combined, are significantly less important than cost or price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Vendors must follow FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Vendors must follow FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf4f9d737cfa4c1d9bfeba4e35293f46/view)
 
Place of Performance
Address: Special Shipping Instructions.
 
Record
SN06789767-F 20230816/230814230056 (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.