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; quotes are being requested and a separate written
solicitation will not
be issued.
Competitive quotes are being requested under Request For Quote (RFQ) Number
N66001-
19-Q-6551. The North American Industry Classification System (NAICS) code
applicable
to this acquisition is 334112 and the small business size standard is 1250
employees.
This is a Brand Name Only requirement as approved in the attached Justification
for Non-
Competitive Procurement (JNCP). Quotes are being accepted from authorized
resellers.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire Brand Name Only products manufactured by
Dell.
To be considered acceptable and eligible for award, quotes must provide all of
the items
and quantities listed below. The Government will not consider quotes or offers
for partial
items or quantities or from non-authorized resellers. Anticipated contract line
items are
as follows:
ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE
0001 Brand Name Dell 2 Each
PowerEdge R640 Rack Server
(IAW Attachment 1)
0002 Brane Name Dell 2 Each
PowerEdge R430 Rack Server
(IAW Attachment 1)
0003 UID Tags IAW DFARS 4 Each
252.211-7003*
*Do not include Line 0003 in your quote if the UID tag is already included in
the price of
Line Items 0001 and 0002. Unless the vendor quotes a separate line for UID
tags, the
Government will assume they are included in the unit price and the resulting
order will be
issued accordingly.
SHIPPING
The expected delivery date is 30 days ARO Free on Board (FOB) Destination
pricing to
the following shipping address:
ATTN: Henry Ngo
4297 Pacific Highway Bldg OT7 San Diego, CA 92110
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible offer whose quotation conforming to the solicitation represents
the best
value for the Government. A complete quote must be received for consideration.
Respond
to each item listed below, if the response is "None" or "Not applicable,"
explicitly state
and explain. The Government may consider quotes that fail to address or follow
all
instructions to be unacceptable and ineligible for contract award. A complete
quote
includes a response and submission to each of the following:
1. General Information: Offeror Business Name, Address, Cage and DUNS Codes
(ensure
Representation and Certifications are up to date in SAM.gov), Business Size and
Type of
Small Business based on applicable NAICS Code as provided above, Federal Tax
ID,
Primary Point of Contract (to include telephone and e-mail address) and provide
a GSA
contract number if some or all items proposed are on the GSA schedule.
2. Technical Acceptability Documentation:
a. Technical Specifications: The quote must address and meet the
requirements/specifications as defined under Technical Acceptability in Factor
I below.
b. Counterfeit IT Certification:
The following IT related statement applies to line items 0001 through 0003:
In submitting a quote, the quoter/contractor certifies that the product(s)
being offered
are new and in their original packaging. The subject product(s) are eligible
for all
manufacturer warranties and other ancillary services or options provided by the
original
manufacturers, authorized suppliers, or suppliers that obtain parts from the
manufacturer or its authorized supplier.
The offeror/contractor further certifies that it is authorized by the
manufacturer to sell
the product(s).
By making a quote, the quoter acknowledges that a no cost cancellation or
partial
termination for default/cause for non-compliant awarded items may occur if any
of the
products provided are not recognized or acknowledged by the manufacturer as new
products eligible for warranties and all other ancillary services or options
provided by the
manufacturer or that offeror was not authorized by the manufacturer to sell the
product
in the U.S.
3. Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue,
the
extended price for each line item and a total price in US Dollars ($). Note:
Ensure FOB
Destination shipping costs are included in the pricing and not separately
listed.
4. Commercial Warranty: If available, provide the terms and length of the
Workmanship
and/or Manufacturer Warranty on the product(s) and/or services proposed
included in
the proposed purchase price.
EVALUATION FACTORS FOR AWARD:
Basis For Award: The Government intends to award a contract for the quote that
is most
advantageous for the Government. The vendors must be registered with Wide Area
Work
Flow (WAWF) and System for Award Management (SAM); however, the Government
reserves the right to award no contract at all, depending on the quality of
quotes
submitted and availability of funds. An offer will be considered non-responsive
if technical
acceptability is not met. Technical Acceptability is defined in Factor I below.
Factor I Technical Acceptability: The Government will evaluate the quote to
see if the
following specification requirements are met to include all information
required for a
complete quote as defined in paragraph #2 above:
Offerors shall provide a quote that identifies the Brand Name items, to include
part
numbers, along with the salient physical, functional, and performance
characteristics that
the product must meet as specified in Attachment 1. Additionally, offerors
shall specify
delivery timeframes in their quote that meet or exceed the required delivery
date
specified above.
Factor II Price: The Government will evaluate the total price to determine
if it is fair
and reasonable. The price quote shall include a unit price for each item and a
total firm-
fixed-price for all line items. The total firm-fixed-price shall include all
applicable shipping
and handling costs to the shipping address listed above in paragraph #3.
Factor III Past Performance: The Government will review internal databases to
evaluate
the vendor's past performance. Evaluation may be limited to those vendors who
are
more likely to receive an award based on the other factors.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors must have a completed registration in the
System for Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means offerors shall have
registered
CAGE and DUNS Codes.
Page Limitations: Ensure to stay within the page limitations as follows: 5
pages total.
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and
text
shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before 17 July 2019, 12:00PM, Pacific Time. Questions must be uploaded on the
SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under
NIWC
Pacific/Simplified Acquisitions/N66001-19-Q-6551. Include RFQ# N66001-19-Q-6551
on
all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 22 July 2019,
11:00AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website
at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified
Acquisitions/N66001-19-Q-6551. E-mail quotes and late quotes will generally not
be
accepted.
SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact
the
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
paperless.spawar@navy.mil.
Government RFQ Point of Contract: The point of contact for this solicitation is
Kristen
Smith at kristen.n.smith@navy.mil. Reference RFQ# N66001-19-Q-6551 on all email
exchanges regarding this acquisition.
RFQ ATTACHMENTS
1. Brand Name Specifications
2. Brand Name Justification
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2019-03 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20190628. 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 www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following FAR and DFARS provisions, incorporated by reference, apply to
this
acquisition:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting 52.209-7 Information
Regarding Responsibility Matters
52.209-9 Updates of Publicly Available Information Regarding Responsibility
Matters
52.212-1 Instructions to OfferorsCommercial Items (Class Deviation
2018-O00018)
52.212-3 Offeror Representations and CertificationsCommercial Items
Alternate I
52.225-25 Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to Iran-Representation and Certifications
52.252-1 Solicitation Provisions Incorporated by Reference
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes
the
following clauses by reference:
52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements
or
Statements 52.204-10 Reporting Executive Compensation and First-Tier
Subcontract
Awards
52.204-23 Prohibition on Contracting for Hardware, Software, and Services
Developed or
Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside (Class Deviation 2019-O0003)
52.222-3 Convict Labor
52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21
Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment
Reports on Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations
Act 52.222-
50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds TransferSystem for Award Management
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
The following FAR and DFARS clauses, incorporated by reference, apply to this
acquisition:
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.212-4 Contract Terms and ConditionsCommercial Items
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
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
252.204-7003 Control of Government Personnel Work Product
252.204-7015 Notice of Authorized Disclosure of Information for Litigation
Support
252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7012 Preference for Certain Domestic Commodities
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
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea
Point of Contact - KRISTEN N SMITH, Contract Specialist, 6195533292; Jose Neto, Contracting Officer, 6195530901
Contract Specialist