Abaco system controller cards & short XMC cages
See Attachment 1 for parts list and quantities for brand name Abaco items. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET ASIDE. THE GOVERNMENT WILL ONLY CONSIDER QUOTES SUBMITTED BY SMALL BUSINESS C... See Attachment 1 for parts list and quantities for brand name Abaco items. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET ASIDE. THE GOVERNMENT WILL ONLY CONSIDER QUOTES SUBMITTED BY SMALL BUSINESS CONCERNS. 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. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors – Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 23-Q-6326. The North American Industry Classification System (NAICS) code applicable to this acquisition is 423430 Computer and Computer Peripheral Equipment and Software Merchant Wholesalers and the small business size standard is 250 employees. ITEMS REQUIRED: SEE: •ATTACHMENT (1) PARTS LIST OFFEROR INSTRUCTIONS The Government intends to award a purchase order to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Offeror Business Name, Address, Cage and UEID (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2.Technical Documentation: a.Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the required items to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below and in Attachment (1). b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to all CLINs and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. d.Counterfeit Information Technology (IT) Certification: The following IT related statement applies to all IT items and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: • Manufacturing occurs in the U.S., but more than 45% of the cost of components is from foreign/nonqualifying country content • Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. 3.Price Quote: Submit complete pricing for each individual item listed in "ATTACHMENT (1) ITEM LIST" PDF to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical acceptability, price, and past performance will be used to evaluate quotes. The Government reserves the right to award no contract at all, depending on the quality of quotes received and availability of funds. Factor I – Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as requested in the RFQ. This is a brand name requirement. This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the quoter is required to certify that the products being offered are original and new Abaco brand name products. The Government will only accept the required brand name product as specified in the attached Brand Name Justification. Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable. Quoters shall provide a unit price and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping and handling costs. Factor III – Past Performance: As this is a competitive supply procurement using FAR Part 13 procedures, the basis for award will consider the supplier's past performance data in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)). Any quote rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors 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 offerors shall have registered CAGE and IUID Codes. Page Limitations: Ensure to stay within the page limitations as follows: None. Formatting Requirements: Submit quotes in electronic PDF and excel format to facilitate calculations. Text should be formatted on an 8 ½ by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before the RFQ due date. Questions may be submitted via email to Donica Ryder at Donica.l.ryder.civ@us.navy.mil with the subject line: N66001-23-Q-6326. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Thursday 29 June at 1800, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/ Open Solicitations/ N66001-23-Q-6326. Email quotes and late quotes may not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The Contract Specialist point of contact for this Donica Ryder at Donica.l.ryder.civ@us.navy.mil. Include RFQ# N66001-23-Q-6326 on all inquiries and email exchanges regarding this acquisition. RFQ ATTACHMENTS – OFFEROR MUST COMPLETE SIGN AND RETURN ATTACHMENT 3 WITH QUOTE. 1.PARTS LIST 2.Redacted JNCP 3.FAR & DFARS Representations—to be signed and returned with quote
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »