Combined Synopsis/Solicitation
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) #
N66001-18-Q-
6408. The NAICS code applicable to this acquisition is 334111 and the small
business
size standard is 1250 employees. This procurement is a Total Small Business
Set-Aside.
Only quotes submitted by Small Business Concerns will be accepted by the
Government.
Any quote that is submitted by a non-Small Business Concern will not be
considered for
award.
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. Anticipated contract line items are "Brand Name" DO NOT
SUBSTITUTE and are as follows:
ITEM DESCRIPTION QUANTITY UNIT
0001 Mobile Precision 7520 XGSA BASE 25 Each
PN: 210-AKKG
See attached minimum specifications
0002 Network adapter - USB Type-C Gigabit 25 Each
Ethernet Adapter PN: V7UCRJ45-BLK-IN
0003 External DVD+/-RW Optical Drive 30 Each
PN: GP60NS50
0004 Laptop Precision 7520 - 1TB 7200RPM 25 Each
Spare Hard Drives PN: 400-AHJG
Delivery Date: 30 days after receipt of order
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
SPAWAR System Center Pacific
4297 Pacific Highway BLDG OT7
San Diego CA 92110
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and ineligible for contract award.
Quotes shall:
1. Include a separate concise, clear, and descriptive narrative technical
approach on the
specifications that you are quoting. You are encouraged to submit pictures,
brochures,
or and other pertinent technical information of the quoted items to facilitate
the
evaluation;
2. Include pricing for each individual unit and a total price in US Dollars ($);
3. Be written in English and show the offeror name, address, DUNS and CAGE
code,
business size and type of small business, and telephone and e-mail address of
an Offeror
point of contact;
4. Stay within the page limitations indicated below;
5. Be submitted in electronic PDF or Excel format; and
6. Include the following certification and supply chain information. The
certification
statement below applies to line items 0001 through 0004.
Certification: To be considered for award, the offeror certifies that the
product(s) being
offered is an original, new and Trade Agreements Act (TAA) compliant product,
and that
the subject products are eligible for all manufacturer warranties and other
ancillary
services or options provided by the manufacturer. Offeror further certifies
that it is
authorized by the manufacturer to sell the products that are the subject of
this action in
the US (i.e., that the products are TAA compliant and that the offeror is
authorized to sell
them in the US). Certification is not limited in pages.
Offeror are required to submit documentation with the offer identifying its
supply chain
for the product, and certifying that all products are new, TAA compliant, and
in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of
the non-compliant awarded items if, upon inspection after delivery, any
products
provided are not recognized or acknowledged by the manufacturer as new and
original
products that are 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 US, or that the product is in some manner not TAA
compliant.
All text shall be formatted on an 8 by 11 inch page in 12 point Times New
Roman
font. All pages of the Technical File shall be numbered and shall not exceed
ten pages.
The technical acceptability shall include the following:
Factor I Specifications:
See attached specs
Factor II Price:
The price quote shall include the following and is limited to one page: Offeror
shall
provide a unit price for each item including shipping charge (if applicable)
and a total
firm-fixed-price for all line items. The total firm-fixed-price shall include
all applicable
taxes, shipping, and handling costs to the shipping address listed above.
Evaluation Factors for Award:
Factor I Specifications:
See attached
Factor II- Price:
The Government will evaluate the total price to determine if it is fair and
reasonable.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a contract to the lowest price
technically acceptable quote received in response to this solicitation. Any
quote evaluated
as unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-95 effective 19 Jan 2017 and Defense Federal
Acquisition
Regulation Supplement (DFARS) Publication Notice 20161222. It is the
responsibility of
the contractor to be familiar with the applicable clauses and provisions. The
clauses can
be accessed in full text at www.farsite.hill.af.mil or
https://acquistion.gov/far/.
The following provisions apply to this acquisition:
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations
Representation (NOV 2015);
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax
Liability or a
Felony Conviction under any Federal Law (Feb 2016);
FAR 52.211-6, Brand Name or Equal (Aug 1999);
FAR 52.212-1, Instructions to Offeror Commercial Items (Jan 2017);
FAR 52.212-2, EvaluationCommercial Items (Oct 2014);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items
(Jan 2017);
FAR 52.219-1, Small Business Program Representations (Oct 2014);
FAR 52.219-1, Small Business Program Representations--Alternate I (Sep 2015);
FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999);
FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction
Goals-
Representation (Dec 2016);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998);
252.204-7004, Alternate A, System for Award Management (Feb 2014)
252.204-7011, Alternative Line Item Structure (Sep 2011)
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval SystemStatistical Reporting in Past Performance Evaluations (June
2015);
The following clauses, incorporated by reference, apply to this acquisition:
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.204-19, Incorporation by Reference of Representations and Certifications
(Dec 2014);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
(Oct
2016);
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment (Oct 2015);
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011);
52.219-13, Notice of Set-Aside of Orders (Nov 2011);
52.219-28, Post-Award Small Business Program Representation (July 2013)
52.222-3, Convict Labor (June 2003);
52.222-19, Child LaborCooperation with Authorities and Remedies (Oct 2016);
52.222-21, Prohibition of Segregated Facilities, (Apr 2015);
52.222-26, Equal Opportunity (Sep 2016);
52.222-36, Equal Opportunity for Workers with Disabilities (July 2014);
52.222-50, Combating Trafficking in Persons (Mar 2015);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug
2011);
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008);
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
(July
2013)
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-25, Prompt Payment (July 2013)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-1, Disputes (May 2014);
52.233-3, Protest after Award (Aug 1996);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34, F.o.b. Destination (Nov 1991)
52.252-2, Clauses Incorporated by Reference (Feb 1998);
52.252-6, Authorized Deviations in Clauses (Apr 1984);
252.203-7000, Requirements Relating to Compensation of Former DOD Officials
(Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.211-7003, Item Unique Identification and Valuation (Mar 2016);
252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010);
252.223-7008, Prohibition of Hexavalent Chromium (May 2011);
252.225-7001, Buy American and Balance of Payments ProgramBasic (Dec 2016);
252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments Program
Basic (Dec 2016);
252.225-7048, Export-Controlled Items (June 2013)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.243-7001, Pricing of Contract Modifications (Dec 1991);
252.244-7000, Subcontracts for Commercial Items (Jun 2013);
252.246-7005, Notice of Warranty Tracking of Serialized Items (Mar 2016);
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance
System
(Aug 2016);
252.246-7008, Sources of Electronic Parts (Oct 2016)
This RFQ closes on 12/04/2017 at 10:00 AM, Pacific Time. Questions and quotes
must
be uploaded on the SPAWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-18-Q-
6408. E-mail quotes or offers will not be accepted. Late quotes will not be
accepted.
For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help
Desk at
858-537-0644 or paperless.spawar@navy.mil.
The point of contact for this solicitation is Dorothy Powell at
dorothy.powell@navy.mil.
Please include RFQ# N66001-18-Q-6408 on all inquiries. The due date for
questions is
12/01/2017. Questions may be addressed afterward at the discretion of the
Government.
All responding vendors 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 offeror shall have a
registered
DUNS and CAGE Code.
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
Contract Specialist