The RFP Database
New business relationships start here

High performance computing system hardware and supporting accessories


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm Fixed Price (FFP) Purchase Order (P.O.) on a competitive basis, for Brand Name Only components. A copy of the approved Brand Name justification is Attachment 1.
Evaluation Criteria: The Government will award on an All or None, lowest price technically acceptable basis to the responsible offeror meeting the specifications of this solicitation.
The procurement includes one line item listing a kit with various components and quantities. Attachment 2 lists the components with associated quantities for the kit. Each component is identified as bBrand Name Onlyb. Each component must be priced at both the unit price and total price level (see columns bEb and bFb in Attachment 2). The completed attachment must be submitted with the quote. The offerorbs price will be evaluated at the total price level only. The failure of an offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the offeror being ineligible for award.

This solicitation notice incorporates provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, Federal Acquisition Circular (FAC) 2019-05.


ELIGIBILITY: The applicable NAICS code for this requirement is 334111 (Electronic Computer Manufacturing) with a size standard of 1,250 employees; however, for this procurement, the size standard is reduced to 500 employees. The Product Service Code (PSC) is AC15 (Research and Development). All vendors submitting proposals must be registered in the System for Award Management (SAM),

All new entities registering in the General Services Administration (GSA) System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.
It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an bActiveb status as the government cannot award to an entity without an bActiveb SAM registration. More information can be found at www.gsa.gov/samupdate.

The Kit must be shipped complete. Delivery shall be F.O.B. Destination in accordance with FAR 52.247-34.
The Government requests delivery of line item 0001 to be 30 days after receipt of order (ARO). If Offeror has a delivery other than 30 days ARO, please provide.

Gray Market components are not acceptable. All items/components shall be NEW with Manufacturer warranties, if applicable.
Refurbished items/components will not be accepted.

Shipped To: Naval Air Warfare Center Training Systems Division (Complete address to be provided at Award.)
b

FAR provision 52.212-1, Instructions to Offerors b Commercial (Deviation 2018-O0018) does apply to this acquisition.
FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items ALT. I applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
Proposal must include Offeror Representations and Certifications.
FAR clause 52.212-4, Contract Terms and Conditions b Commercial Items applies to this acquisition.    

FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders b
Commercial Items applies to this acquisition.

The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference:

FAR

52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government
52.203-19     Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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
52.209-5 Certification Regarding Responsibility Matters
52.209-6 Protecting the Governmentbs 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
52.219-8 Utilization of Small Business Concerns
52.219-14     Limitations on Subcontracting
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child LaborbCooperation 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
52.223-15     Energy Efficiency in Energy-Consuming Products
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13     Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.239-1 Privacy or Security Safeguards
52.247-34 F.O.B.
Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference

DFARS

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
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality
Agreements-Representation (DEVIATION2016-O0003)
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality
Agreements-Representation (DEVIATION2016-O0003)
252.204-7003     Control of Government Personnel Work Product
252.204-7004 Systems for Award Management Alternate A
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line-Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252-211-7003     Item Unique Identification and Valuation b An IUID shall be assigned to the Kit.
252.213-7000     Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System b
Statistical Reporting in Past Performance Evaluations
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
252.239-7017 Notice of Supply Chain Risk
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Prospective Contractor Responsibility b Basic

Proposals are due no later than 2:00 PM Local Time (Orlando) on 6 September 2019.
Proposals will only be accepted by e-mail to mary.munroe@navy.mil . Proposals must remain valid for 45 days after 6 September 2019. In addition to the requirements found at clause 52.212-1(b) and throughout this synopsis/solicitation, responses must also include a direct point of contact; delivery schedule(s); commercial warranty terms, business type, size standard; CAGE code; and DUNS number. Vendors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes or indicate that your firmbs Certifications and Representations are current in the System for Award Management. If your response does not include this data, it may be disqualified. Proprietary data in responses will be protected where designated.
Vendors are encouraged to obtain a confirmation of proposal receipt immediately following its submission.

For questions regarding this acquisition, please contact Mary Munroe, Contract Specialist at mary.munroe@navy.mil or 407-380-4288 or Jonathan Abbott. Procuring Contracting Officer (PCO) at jonathan.d.abbott@navy.mil or 407-380-8010.

Mary Munroe 407-380-4288 Jonathan Abbott
407-380-8010

mary.munroe@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP