Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N66604-19-Q-2845
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page...
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes 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). Request For Quotation (RFQ) number is N66604-19-Q-2845. The North American Industry Classification Systems (NAICS) Code is 334112 and the small business size standard is 1,250 employees. This requirement is being solicited as a 100 % small business set-aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the following: CLIN 0001: LTO-7(1:1); Quantity: Eight (8), Each CLIN 0002: LTO-7(1:2); Quantity: Three (3), Each The contractor shall configure and deliver the above required units in accordance with Attachment #1, "Minimum Requirement" All the delivered units shall be subject to the Government acceptance procedures as listed in Attachment #2, "The Naval Undersea Warfare Center (NUWCDIVNPT) Code 15 Acceptance Testing Procedure for Linear Tape Open (LTO) Tape Duplication Systems" The required date of delivery is thirty days (30) After Receipt of Order (ARO), F.O.B. Destination to Naval Station Newport, Newport RI 02841. Early delivery is acceptable. Offerors must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The below provisions apply to this solicitation •· FAR 52.212-1, Instructions to Offerors -- Commercial Items •· FAR 52.212-2, Evaluation - Commercial Items •· FAR 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items •· FAR 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 •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The below clauses apply to this solicitation: •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information •· DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting •· DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. 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 and Payment will be via Wide Area Workflow. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/ Additional Terms and Conditions: 1. Section 508 applicable to this requirement. The following Electronic and Information Technology (EIT) standards apply: Description LTO-7 (1:1) LTO-7 (1:2) 508 Compliant ID # 2025 Applicable EIT Standards 36 C.F.R. § 1194.21 (Chapter 5) - Software Applications and Operating Systems 36 C.F.R. § 1194.31 (Chapter 3) - Functional Performance Criteria 36 C.F.R. § 1194.41 (Chapter 6) - Information, Documentation, and Support 2.Defense Priories and Allocations System (DPAS) rating DO-C9 Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/ 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 items required meeting the Government minimum requirements, in the required quantities; (2) the Offeror must meet 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) may render a quote being deemed technically unacceptable. Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes must be e-mailed directly to liam.walsh@navy.mil. Quotes must be received by 2:00 p.m. (EST) on Thursday 08 August 2019. Quotes received after this date and time will not be considered for award. For information on this acquisition, contact Liam Walsh at liam.walsh@navy.mil.