Federal Bid

Last Updated on 16 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Newport Rhode island

DELL Latitude Rugged Extreme XCTO

Solicitation ID N6660419Q2037
Posted Date 12 Jul 2019 at 1 PM
Archive Date 16 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states 02841

 

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-2037.

 

The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the brand name only items in accordance with the attached redacted Brand Name Justification.

 

CLIN 0001 - Quantity Twenty-one (21) Each; DELL brand Latitude Rugged Extreme XCTO, configured in accordance with the attached minimum specification, DELL Part Number 210-AJRM.  No Substitutions.  Shipping charges to Newport, RI,  if applicable, shall be included in the quoted price.

 

Required delivery is 30 days from date of award (or sooner); F.O.B. Destination; Naval Station Newport, RI.

 

The North American Industry Classification System (NAICS) Code for this acquisition is 334118.  The Small Business Size Standard is 1,000 employees. This procurement is being competed as a 100% Small Business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).

 

The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable: (1) the offeror must quote the required brand name only items, in the required quantities; and (2) 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.

 

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.
The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation.
The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation.
The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation.
The provision at FAR 52.212-4, Contract Terms and Conditions--Commercial Items applies to this solicitation
The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.
The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation.
Clause 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information and Clause 252.204-7015,
Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation.
Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at
https://acquisiition.gov/far/.

 

In accordance with DFARS 252.211-7003 'Item Identification and Valuation' if the unit prices proposed exceeds $5,000 UID tags are required and payment will be via Wide Area Workflow.  If UID does not apply then the Government's preferred payment method is via credit card. IF THE VENDOR CANNOT ACCEPT CREDIT CARD, THIS INFORMATION MUST BE CLEARLY CONVEYED IN THE QUOTE.

 

The following Section 508 Electronic and Information Technology (EIT) accessibility standards apply:
36 C.F.R. § 1194.21 (Chapter 5) - Software Applications and Operating Systems
36 C.F.R. § 1194.23 (Chapter 4) - Telecommunication Products

36 C.F.R. § 1194.24 (Chapter 4) - Video and Multimedia Products

36 C.F.R. § 1194.25 (Chapter 4) - Self Contained, Closed Products

36 C.F.R. § 1194.26 (Chapter 4) - Desktop and Portable Computers

36 C.F.R. § 1194.31 (Chapter 3) - Functional Performance Criteria
36 C.F.R. § 1194.41 (Chapter 6) - Information, Documentation, and Support

 

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is 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/

 

Offerors shall include the following information with submissions: (1) price, (2) delivery terms, (3) Point of Contact (including name, phone number and email address), and (4) Contractor Cage Code and/or DUNs Number.

 

Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation.  Quotes received after this date are late and may not be considered for award. Quotes shall be valid for no less than 30 days.

Bid Protests Not Available

Similar Past Bids

Columbus Ohio 23 Mar 2023 at 4 AM
New york 19 Oct 2021 at 5 PM
Port hueneme California 03 Jul 2014 at 7 PM
Port hueneme California 03 Jul 2014 at 5 PM
Pennsylvania 31 Oct 2019 at 4 AM

Similar Opportunities

New york New york 20 Sep 2028 at 4 AM (estimated)
New york New york 20 Sep 2028 at 4 AM (estimated)
New york New york 20 Sep 2028 at 4 AM (estimated)
New york New york 20 Sep 2028 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)