The RFP Database
New business relationships start here

Hewlett-Packard Enterprise HPE 3PAR 8400 2N Upgrade


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
General Information





Document Type:



Combined Synopsis/Solicitation





Solicitation Number:



N63394-18-T-0072





Posted Date:



06/9/2019





Original Response Date:



06/26/2018





Current Response Date:



06/26/2019





Product or Service Code:



7025





Set Aside:



Total Small Business Set Aside





NAICS Code:



334118





 

Contracting Office Address

 

Naval Surface Warfare Center Port Hueneme Division (NSWC PHD)

4363 Missile Way, Building 1215

Port Hueneme, CA 93043-4307

 

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; quotations are being requested and a written solicitation will not be issued.

 

This solicitation is a Request for Quotations (RFQ).  The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03. 

 

The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a small business size standard of 1000 employees.  This requirement is a Total Small Business Set-Aside.    

 

The Naval Surface Warfare Center, Port Hueneme Division is seeking the following

 

•1.       See Attachment

•2.       Shipping


 


 

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.


 

Applicable Solicitation Provisions:

•·         FAR 52.204-7 System for Award Management.

•·         FAR 52.204-16 Commercial and Government Entity Code Reporting.

•·         FAR 52.204-17 Ownership or Control of Offeror.

•·         FAR 52.204-20 Predecessor of Offeror.

•·         FAR 52.204-22 Alternative Line Item Proposal.

•·         FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law.

•·         FAR 52.212-1 Instructions to Offerors-Commercial Items.

•·         FAR 52.212-2 Evaluation-Commercial Items.

 

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.

 

 

Applicable Contract Clauses:

•·         FAR 52.204-13 System for Award Management Maintenance.

•·         FAR 52.204-18 Commercial and Government Entity Code Maintenance.

•·         FAR 52.204-19 Incorporation by Reference of Representations and Certification.

•·         FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.

•·         FAR 52.212-4 Contract Terms and Conditions-Commercial Items.

•·         FAR 52.232-39 Unenforceability of Unauthorized Obligations.

•·         FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

•·         FAR 52.233-1 Disputes.

•·         FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.

•·         FAR 52.243-1 Changes-Fixed Price.

•·         FAR 52.247-34 F.o.b. Destination.

•·         FAR 52.252-2 Clauses Incorporated by Reference.

•·         DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

•·         DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.

•·         DFARS 252.204-7003 Control of Government Personnel Work Product.

•·         DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.

•·         DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.

•·         DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.

•·         DFARS 252.223-7008 Prohibition of Hexavalent Chromium.

•·         DFARS 252.225-7001 Buy American and Balance of Payments Program.

•·         DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.

•·         DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals.

•·         DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

•·         DFARS 252.232-7006 Wide Area Workflow Payment Instructions.

•·         DFARS 252.232-7010 Levies on Contract Payments.

•·         DFARS 252.243-7001 Pricing of Contract Modifications.

•·         DFARS 252.244-7000 Subcontracts for Commercial Items.

•·         DFARS 252.246-7000 Material Inspection and Receiving Report.

•·         DFARS 252.247-7023 Transportation by Supplies by Sea.

•·         HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)

 

The following subparagraphs of FAR 52.212-5 are applicable:

•·         FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

•·         FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.

•·         FAR 52.219-28 Post-Award Small Business Program Representation.

•·         FAR 52.222-3 Convict Labor.

•·         FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.

•·         FAR 52.222-21 Prohibition of Segregated Facilities.

•·         FAR 52.222-26 Equal Opportunity.

•·         FAR 52.222-36 Equal Opportunity for Workers with Disabilities.

•·         FAR 52.222-50 Combating Trafficking in Persons.

•·         FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

•·         FAR 52.225-13 Restrictions on Certain Foreign Purchases.

•·         FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

•·         FAR 52.233-3 Protest After Award.

•·         FAR 52.233-4 Applicable Law for Breach of Contract Claim.

 

 

Defense Priorities and Allocations System

 

This is not a rated order under the Defense Priorities and Allocations System

 

INSTRUCTIONS FOR OFFERORS

 

This is a combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.

 

All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps.  It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation.  For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.

 


No hard copies of the solicitation will be mailed.  Quotations must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below:


 


Dexter Stallion, dexter.stallion@navy.mil

 

It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of Friday June 26, 2018 at 12:00 PM PACIFIC STANDARD TIME.

 


 


Dexter D Stallion, Contract Admin Specialist, Phone 805-228-8512, Fax 805-228-6299, Email dexter.stallion@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP