Inactive
Notice ID:N0018924Q0601
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as suppleme...
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, 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 Contract Opportunities (https://sam.gov/) and NECO (http://www.neco.navy.mil/). The Solicitation number, N0018924Q0601. The proposed contract action is for commercial SUPPLIES. The NAICS code is 334112 and the Small Business Standard is 1250 employees. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-06 and DFARS Change Notice 20240815. 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/browse/index/far https://www.acquisition.gov/dfars The NAVSUP FLC Norfolk intends to solicit HI Tech Business Systems, Inc. (CAGE 3U6Y7) on a sole source basis. The proposed acquisition is for HI-Tech/ WASP On-Premise Asset Barcode scanners. This action will result in a Firm Fixed Price contract. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, HI Tech Business Systems, Inc. (CAGE 3U6Y7), IAW FAR 13.106(b)(1). Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any source other than HI Tech Business Systems, Inc. (CAGE 3U6Y7). However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. Line Items/CLIN Type/Description/Quantity/Unit of Issue: CLIN 0001 - FFP - 5 User Hi-Tech/WASP On-Premise Asset - 2 Each Delivery information Delivery POC Government point of contact to be determined prior to award Performance/Delivery: Performance is anticipated to occur at the contractor’s facility unless otherwise specified in the Statement of Work (SOW). Delivery of the required supplies is anticipated to by 18 October 2024. Responsibility and Inspection: FOB Destination applies. Unless otherwise specified in the resultant purchase order, the contractor is responsible for the performance of all inspection requirements and quality control. The Requirements Statement: See the attached document for additional information. Clauses and Provisions: The following provision and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, - 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services - 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Products and Commercial Services. Additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition are provided in the attached documentation. 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/. This solicitation closing date is the close of business on Friday, 13 September 2024. All quotes shall be submitted in writing via email to Ashleigh Miller who can be reached at ashleigh.r.miller4.civ@us.navy.mil. Acceptable formats for any quote attachments include PDF or Microsoft Word or Excel. The anticipated award date is Monday, 16 September 2024.