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) #
N66001-18-Q-
7612. The NAICS code applicable to this acquisition is 334418 and the small
business
size standard is 38.5 (million of dollars). This procurement is a Total Small
Business Set-
Aside. Only quotes submitted by Small Business Concerns will be accepted by
the
Government. Any quote that is submitted by a non-Small Business Concern will
not be
considered for award.
THIS IS A BRAND NAME, DO NOT SUBSTITUTE PROCUREMENT
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
XMC Carrier Cards
ITEM # PCIe8LXMCX1-SCSI-Fan12
Qty: 26
Item 0002
PMC Carrier Cards
ITEM # PCIeBPMCX1-SCSI-Fan12
Qty: 12
ITEM 0003
Shipping (if applicable)
Qty: 1
Delivery Date: 30 days or sooner
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
SPAWAR SYSTEMS CENTER PACIFIC
Receiving Officer
4297 Pacific Highway, BLDG OT7
San Diego CA 92110-5000
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and ineligible for contract award.
Quotes shall:
1. Include pricing for each individual unit and a total price in US Dollars
($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code,
business size and ype of small business, and telephone and e-mail address of
an Offeror
Point of contact;
3. Be submitted in Electronic PDF or Excel format
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a contract to the lowest price
technically acceptable quote received in response to this solicitation. Any
quote evaluated
as unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20161222. 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 provisions apply to this acquisition:
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items
(Jan 2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following 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);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes:
52.XXX-X,
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
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);
252.232-7003, 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);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
This RFQ closes on Tuesday January 2, 2018 at 8:00 AM, Pacific Time. Questions
and
quotes must be uploaded on the SPAWAR e-Commerce website at https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-18-Q-
7612. E-mail quotes or offers will not be accepted. Late quotes will not be
accepted. For
e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk
at 858-
537-0644 or
[email protected].
The point of contact for this solicitation is Lilia Cobian at
[email protected]. Please
include RFQ# on all inquiries.
All responding vendors 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 a
registered
DUNS and CAGE Code.
Bid Protests Not Available