The RFP Database
New business relationships start here

10 - SCADA WORK STATIONS


Hawaii, 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 items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060419Q4087. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 and DFARS Publication Notice 20190820.
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 these addresses:
https://www.acquisition.gov/far/
http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

The NAICS code is 334118 and the Small Business Standard is 1000 EMPLOYEES.

The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals.
However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The proposed contract action is for a brand name only. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached.

The FLC - Pearl Harbor requires the following items:

CLIN 0001 - 1 GROUP - HSQ SCADA System Workstation for the Halawa Pump Station JBPHH.Included: b" Three (3) b 19b Rack, 4 Post Open, 45U, 36b Deep, Casters with two (2) swivel b" Two (2) b HSQ Integrity rx2800 i6 Server/Workstation: w/ VMS Keyboard and Mouse, 24bLCD Monitor,16 GB RAM, 147 GB Hard Drive, DVD/CD ROM Drive, Graphics Port, Pedestal Mount; Configured (excludes HSQ MISER license) b HSQ Part No.
HSQ-RX2800 b" Two (2) 300 GB History Disk (Configured) b HSQ Part No. HSQ-HST-300 b" One (1) HSQ MISER License (Redundant Server) b HSQ Part No. HSQMISER- B b" One (1) - Cisco ISR4331-AX/K9 Router Note: Includes Cisco 1000BaseZX SFP and Cisco SM-X-ES3-24-P Ethernet switch b" Two (2) b APC Rack Mount Smart UPS SRT05KXLT with ten (10) SRT192BP2 batteries Note: Maximum run time at full load for this UPS is 1.5 hours. b" Two (2) b Tripp Lite Power Strips, 6 outlet, Tripp-Lite Part No. 6SP b" Four (4) b KVM Console, 1 Port with 17b Monitor, Rack Solutions Part No.185-5286 b" One (1) Dell Poweredge R430 Server b"One (1) Dell NX430 16 Tb NAS Storage b" Freight FOB HSQ Hayward, CA., (line items will be received, inspected and approved by HSQ for compliance to be utilized in NAVFACHI SCADA system then shipped to JBPHH, HI).    

CLIN 0002 - 1 GROUP - HSQ SCADA Workstation for the Waiawa Station Bldg.
S72 Electronics Lab. Included:b" One (1) b 19b Rack, 4 Post Open, 45U, 36b Deep, Casters with two (2) swivel b" One (1) b 19b Rack, 4 Post Open, 25U, 36b Deep b" One (1) b HSQ Integrity rx2800 i6 Server/Workstation: w/ VMS Keyboard and Mouse, 24bLCD Monitor,16 GB RAM, 147 GB Hard Drive, DVD/CD ROM Drive, Graphics Port, Pedestal Mount; Configured (excludes HSQ MISER license) b HSQ Part No. HSQ-RX2800 b" One (1) HSQ MISER License (workstation) b HSQ Part No. HSQ-MISER-C b" One (1) - Cisco ISR4331-AX/K9 Router Note: Includes Cisco 1000BaseZX SFP and Cisco SM-X-ES3-24-P Ethernet switch b" One (1) b APC Rack Mount Smart UPS SRT05KXLT with ten (10) SRT192BP2 batteries Note: Maximum run time at full load for this UPS is 1.5 hours.b" Two (2) b Tripp Lite Power Strips, 6 outlet, Tripp-Lite Part No.
6SP b" Five (5) b KVM Console, 1 Port with 17b Monitor, Rack Solutions Part No. 185-5286 b" Freight FOB HSQ Hayward, CA., (line items will be received, inspected and approved by HSQ for compliance to be utilized in NAVFACHI SCADA system then shipped to JBPHH, HI).    

Delivery is September 30, 2019; FOB Destination, Delivery Location is:
NAVFAC Hawaii Waiawa Pump Station
96-1379 Waihona St. Bldg. S-72
Pearl City Industrial Park, HI 96782

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

The following FAR provision and clauses are applicable to this procurement:
52.204-7: System for Award Management
52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13: SAM Maintenance
52.204-16: Commercial and Government Entity Code Reporting
52.204-18: Commercial and Government Entity Code Maintenance
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 GovernmentC"b,b"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10: Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.212-1: Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0021)
52.212-3 and Alt I: Offeror Representations and Certifications -- Commercial Items
52.212-4: Contract Terms and Conditions--Commercial Items
52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.219-28: Post Award Small Business Program Rerepresentation
52.222-3: Convict Labor
52.222-19: Child Labor--Cooperation 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
52.222-50: Combating Trafficking in Persons
52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13: Restriction on Certain Foreign Purchases
52.232-33: Payment by Electronic Funds Transfer b SAM
52.232-36: Payment By Third Pary
52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.252-1: Solicitation Provisions Incorporated by Reference
52.252-2: Clauses Incorporated by Reference

Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000: Requirements Relating to Compensation of Former DOD Officials
252.203-7005: Representation Relating to Compensation of Former DoD Officials
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
252.213-7000: Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001: Buy American Act and Balance of Payments Program
252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7010: Levies on Contract Payments
252.244-7000: Subcontracts for Commercial Items
252.247-7023: Transportation of Supplies by Sea

This announcement will close at 12:00PM HST on Friday, September 20, 2019.
Contact KALANI WATSON who can be reached at 808-473-7577 or email kalani.watson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

Method of payment by Government Credit Card.

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.
Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

KALANI WATSON 808-473-7577

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP