70--1TB Solid State Drives
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this... AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68335-19-P-0559 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-02-04 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Jacksonville, FL 32221 The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: LI 001: one hundred twenty (120) Solid State Drives meeting the following specifications: Form Factor: 2.5 inch; Interface: Serial ATA (SATA), Rev. 3, 6 Gigabytes (GB) per second; Capacity: 1 Terabyte (TB); Sequential Read Rate: >= 550 Megabytes (MB) per second; Sequential Write Rate: >= 520 MB per second; Reliability Mean Time Between Failure (MTBF) : >= 1,000,000 hours; Reliability (Total Bytes Written): > 1200 TB (Lifetime);, 120, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. the resultant contract award will also contain the following clauses: FAR 52.204-7 52.204-13. New Equipment ONLY; NO remanufactured or "gray market" items. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Bidders must provide sufficient information to show that the item proposed will meet all requirements within CLIN 0001. The Evaluation of this requirement will be under a Lowest Price, Technically Acceptable Source Selection criteria in accordance with the FAR 15.101-2. Proposals will be evaluated based on whether all specifications listed in the Line Item and Attachment 001 are met. In order for a proposal to be technically acceptable, all the minimum performance characteristics must be met. The bidder shall provide enough information on the hardware proposed to show it meets the named specifications. Past Performance shall be evaluated in accordance with DFARs 213.106-2(b)(i). Inspection and Acceptance shall be at destination by the Government Point of Contact. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications & 52.212-3 Alt 1; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.204-23, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-16, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The following Provisions/Clauses are incorporated by Reference. In addition to the Commercial terms and conditions listed above, the resultant contract award will also contain the following clauses: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.252-2 Clauses Incorporated By Reference; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.211-7003 Item Unique Identification and Valuation; 252.211-7008 Use of Government-Assigned Serial Numbers; 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 and Balance of Payments Program; 252.227-7015 Technical Data--Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 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; 252.244-7000 Subcontracts for Commercial Items; 252.243-7001 Pricing Of Contract Modifications 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea; 5252.201-9500 Technical Point Of Contact (TPOC)(NAVAIR). The full text of the referenced clauses may be accessed electronically at https://www.acquisition.gov/.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »