The RFP Database
New business relationships start here

Rimage 8200N


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

This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number is N63394-17-R-0052 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 with a small business size standard of $27.5 millions of dollars. This requirement is a Small Business set-aside and only qualified offerors may submit quotes.
Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement:
Rimage 8200N Production Units, quantity 2

3-Year Rapid Exchange Warranty, quantity 2

Installation, quantity 1

Prism III Printer Ribbons, quantity 2

Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30.

 In addition to price, responses shall include the following:
1) FOB Destination
2) Estimated Shipping Charges: (if applicable) (Ship To Zip Code: 93043-4711)
(If you intend to submit freight costs, you must provide an estimated amount in order to be able to invoice the amount.)
3) Lead Time/Estimated Date of Delivery ARO:
4) Dun & Bradstreet #:
5) Cage Code #:
6) Tax ID #:
7) Business Size:
8) Special Small Business Sub-Category (if applicable):
9) Country of Origin for Item:
10) Is Item OEM/Proprietary?
11) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date.
12) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established.

 Vendor must be currently active in the Central Contractor Registration (CCR) database. This registration is free and can be accessed at the System for Award Management (SAM) website, https://www.sam.gov.
This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS).
To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov.
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, applies to this acquisition


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (a): 52.209-10, 52.333-3, and 52.333-4; the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33.


FAR Clauses: 52.204-7, 52.204-13, 52.204-16 52.204-17, 52.204-18, 52.204-19, 52.209-11, 52.219-6, 52.222-46, 52.232-39, 52.232-40, 52.233-1, 52.234-1, 52.243-1, 52.246-1, 52.246-16, and 52.252-2.


DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-7001, 252.225-7002, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.247-7023, 252.246-7000, 252.211-7003, and 252.211-7008.


NAVSEA Clause HQ-G-2-0009.

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.
All responsible sources may submit a quotation which shall be considered by the agency. Respond no later than 5:00 pm Pacific Time, 25 August 2017.

 

 

Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.


 




Jacob M. Mahan, Email jacob.mahan@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP