United States - 70 -- Brand Name MVME51105E-2161 VMEBUS Processor Module

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
06 June 2019
Opportunity publication date
04 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 03, 2019 5:48 pm

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.

Competitive quotes are being requested under Request For Quote (RFQ) Number

N66001-

19-Q-6595. The North American Industry Classification System (NAICS) code

applicable

to this acquisition is 334111, and the small business size standard is 1,250

employees.

THIS IS A BRAND NAME DO NOT SUBSTITUTE REQUIREMENT.

To be considered acceptable and eligible for award, quotes must provide all of

the items

and quantities listed below. The Government will not consider quotes or offers

for partial

items or quantities. Anticipated contract line items are as follows:

Item 0001

MPC7410 VMEBUS Processor Module

P/N: MVME51105E-2161

QTY: 18 EA

Delivery Date: 14 June 2019

Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:

N66001

SPAWAR Systems Center Pacific

Receiving Officer

4297 Pacific Highway, BLDG OT7

San Diego, CA 92110-5000

OFFEROR INSTRUCTIONS

The Government will award a Firm Fixed Price contract resulting from this

solicitation to

the responsible offer whose quotation conforming to the solicitation represents

the best

value in terms of Technical (Warranty) and Price (Fair and Reasonable) 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 unacceptable 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 DUNS Codes

(ensure

Representation and Certifications are up to date in SAM.gov), Business Size

and/or Type

of Small Business based on applicable NAICS Code as provided above, Federal Tax

ID,

and Primary Point of Contract (to include telephone and e-mail address).

2. Technical Acceptability Documentation:

a. The offer must address and meet the requirements/specifications as defined

under

Technical Acceptability in Factor I below.

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" line items 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.

3. Price Quote: Submit complete pricing for each individual item listed in

the "DESCRIPTION OF REQUIREMENTS" section above 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: Basis For Award: The Government intends to award

a contract to the offeror presenting the best value proposition in terms of

Technical

(Warranty) and Price (Fair and Reasonable), who is registered with Wide Area

Work Flow

(WAWF) and the System for Award Management (SAM); however, the Government

reserves the right to award no contract at all, depending on the quality of

quotes

submitted and availability of funds. An offer will be considered non-responsive

if technical

acceptability is not met. Technical Acceptability is defined in Factor I below.

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 defined in paragraph #2 above:

This requirement contains supplies that are Brand Name pursuant to FAR 11.105,

Items

Peculiar to One Manufacturer. To be considered for award, the offeror is

required to

certify that the product being offered is an original, new, and technically

compliant

(reference 2 (c) above) product. The Government will only accept the required

brand

name product as specified for each individual item listed in the "DESCRIPTION

OF

REQUIREMENTS" section above. Notice: Reseller must be "FEDERAL" authorized

resell

partner.

Factor II Price: The Government will evaluate the total price to determine if

it is fair

and reasonable. The price quote shall include a unit price for each item and a

total firm

fixed-price for all line items. The total firm-fixed-price shall include all

applicable taxes,

shipping, and handling costs.

Notice: Any offer 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 DUNS Codes.

Page Limitations: NONE

Formatting Requirements: Submit quotes in electronic PDF or Word format; and

text

shall be formatted on an 8 by 11inch page in 12 point Times New Roman font.

Questions Submission Requirements: Questions must be addressed to Johannes

Cardenas via email at johannes.cardenas@navy.mil. Include RFQ# N66001-19-Q-6595

on all inquiries. Questions may be addressed at the discretion of the

Government.

RFQ Due Date and Submission Requirements: This RFQ closes on Thursday, 6 June

at

11:00 AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce

website

at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified

Acquisitions/N66001-19-Q-6595. E-mail quotes or offers will not be accepted and

late

quotes will not be accepted.

Government RFQ Point of Contract: The point of contact for this solicitation is

Johannes

Cardenas at johannes.cardenas@navy.mil. Reference RFQ # N66001-19-Q-6595 on all

email exchanges regarding this acquisition.

APPLICABLE PROVISIONS AND CLAUSES

This solicitation document incorporates provisions and clauses in effect

through Federal

Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation

Supplement

(DFARS). It is the responsibility of the contractor to be familiar with the

applicable

clauses and provisions. The clauses can be accessed in full text at

www.farsite.hill.af.mil

or https://acquistion.gov/far/.

The following FAR and DFARS provisions, incorporated by reference, apply to

this

acquisition:

52.204-7, System for Award Management (Oct 2016)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

52.204-17, Ownership or Control of Offeror (Jul 2016)

52.204-20, Predecessor of Offeror (Jul 2016)

52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-

Representation (Nov 2015)

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or

a

Felony Conviction under any Federal Law (Feb 2016)

52.212-1, Instruction to Offerors Commercial Items (Aug 2018)(Deviation 2018-

O00018);

52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items

(Jan

2017);

52.219-1 and Alt I, Small Business Program Representations (Oct 2014)

52.222-22, Previous Contracts and Compliance Reports (Feb 1999)

52.222-25, Affirmative Action Compliance (Apr 1984)

52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-

Representation (Dec 2016)

52.225-25, Prohibition on Contracting with Entities Engaging in Certain

Activities or

Transactions Relating to IranRepresentation and Certifications (Oct 2015);

52.252-5, Authorized Deviations in Provisions (Apr 1984)

252.203-7005, Representation Relating to Compensation of Former DoD Officials

(Nov

2011)

252.213-7000, Notice to Prospective Suppliers on Use of Past Performance

Information

Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun

2015)

252.217-7026, Identification of Sources of Supply (Nov 1995)

252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement

Statutes or

Executive Orders -- Commercial Items applies to this acquisition and includes

the

following clauses by reference:

52.219-6, Notice of Total Small Business Set-AsideAlternate I (Nov 2011);

52.219-28, Post-Award Small Business Program Representation (Jul 2013);

52.222-3, Convict Labor (Jun 2003);

52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016);

52.222-21, Prohibition of Segregated Facilities (Apr 2015);

52.222-26, Equal Opportunity (Sep 2016);

52.222-50, Combating Trafficking in Persons (Mar 2015);

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

(Aug

2011)

52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and

52.232-33, Payment by Electronic Funds Transfer- System for Award Management

(Jul

2013)

The following FAR and DFARS clauses, incorporated by reference, apply to this

acquisition:

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);

52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);

52.204-19, Incorporation by Reference of Representations and Certifications

(Dec 2014);

52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017);

52.212-5-Contract Terms and Conditions Required to Implement Statutes or

Executive

Orders -- Commercial Items applies to acquisition and includes:

52.232-25, Prompt Payment (Jul 2013);

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec

2013);

52.233-1, Disputes (May 2014);

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);

52.247-34, F.O.B. Destination (Nov 1991);

52.252-2, Clauses Incorporated by Reference (Feb 1998);

52.252-6, Authorized Deviations in Clauses (Apr 1984);

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

(Sep

2011);

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep

2013);

252.204-7003, Control of Government Personnel Work Product (Apr 1992);

252.204-7006, Billing Instructions (Oct 2005);

252.204-7011, Alternative Line Item Structure (Sep 2011);

252.204-7012, Safeguarding of Unclassified Controlled Technical Information

(Oct 2016);

252.223-7008, Prohibition of Hexavalent Chromium (May 2011);

252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016)

252.225-7048, Export-Controlled Items (Jun 2013);

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

(Jun

2012);

252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);

252.232-7010, Levies on Contract Payments (Dec 2006);

252.243-7001, Pricing of Contract Modifications (Dec 1991);

252.244-7000, Subcontracts for Commercial Items (Jun 2013);

Opportunity closing date
06 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy Naval Information Warfare Center Pacific United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?