Zebra R12 Rugged Tablets & Mounting Hardware
This combined synopsis and solicitation is being posted to the Beta SAM (https://beta.sam.gov/). It is understood that Beta SAM is the single point of entry for posting of synopsis and solicitation to... This combined synopsis and solicitation is being posted to the Beta SAM (https://beta.sam.gov/). It is understood that Beta SAM is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N64498-20-Q-0188. The North American Industry Classification Systems (NAICS) code for this requirement is 334111. The Small Business Size Standard is 1,250 employees. This action is being processed on a brand name basis as concurred with by the Naval Surface Warfare Center Philadelphia Division (NSWCPD) Office for Small Business Programs. The NSWCPD has a requirement for the following items: 0001: Zebra - R12 Rugged Tablets, P/N 200900, QTY: 48/each 0002: Zerba - R12 Docking Station, P/N 300094, QTY: 50/each 0003: Zebra - R12 Series Handle, P/N 410023, QTY: 46/each 0004: RAM MOUNTS - RAM 4.75in Square VESA Base with 2.25in Ball & Stell Reinforcement, P/N RAM-D-246-U-1N1, QTY: 34/each 0005: RAM MOUNTS - UNPKD 2-13/16in X5in PLATE BALL, P/N RAM-D-243-U, QTY: 34/each 0006: RAM MOUNTS - RAM Double Socket Arm for 2.25in Ball, P/N RAM-D-201-U, QTY: 34/each 0007: RAM MOUNTS - RAM Long Double Socket Arm for 2.25in, P/N RAM-D-201-U-E, QTY: 34/each 0008: Shipping, if applicable and seperately priced for CLINs 0001 - 0007, QTY: 1/lot The proposed Zebra tablets and associated RAM mounts must be brand name with no substitutions. The basis for the brand name is included in Attachment # 1 – Brand Name Justification. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The required delivery date is 30 days After Receipt of Order (ARO) or sooner. Shipping is F.O.B. Destination: Philadelphia, PA 19112. Offerors must include shipping costs in quotes, if applicable. GSA and open market quotes will be accepted. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-7 Information Regarding Responsibility Matters 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 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 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 Convict Labor 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 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 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer 52.239-1 Privacy or Security Safeguards 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 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 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 252.209-7004 Subcontracting w/ Firms…Terrorist Country 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). If iRAPT does not apply, the Government’s method of payment will be Government Purchase Card (VISA). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the brand name or equal items, meeting the Brand Name specifications, in the required quantities; (2) the offeror must meet or exceed the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within Supplier Performance Risk System (SPRS) (formally known as PPIRS-SR) may render a quote being deemed technically unacceptable. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor Cage code, and contractor DUNS number. Quotes must be received on or before Tuesday, 1 September 2020 at 2:00PM EST. Quotes received after the closing date and time specified will be ineligible for award. Quotes shall be submitted via electronic submission to Kayla Dicks at kayla.dicks@navy.mil. ------------------------------------------------------- QUESTION & ANSWERS: Q1: Are equivalent mounts acceptable for this requirement? A1: No. Q2: There is an error in the part number for the first item, Zebra - R12 Rugged Tablets. Please update it to reflect the correct part number of 200900. A2: The part number has been corrected as of this amendment. All other terms and conditions remain unchanged as of this amendment. The closing date and time remains unchanged.
Data sourced from SAM.gov.
View Official Posting »