Storage Units
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Mar 10, 2022 05:01 pm EST
- Original Date Offers Due: Mar 14, 2021 01:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 29, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7F20 - IT AND TELECOM - IT MANAGEMENT TOOLS/PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 511210 - Software Publishers
- Place of Performance: USA
Description
Sole Source Solicitation
U.S. Government ~ Tax Exempt
All quotes/responses shall be submitted via email to Michael.j.coffey52.civ@us.navy.mil or Roberta.m.Nethercutt.civ@us.navy.mil no later than 14 March 2022 12:00 pm Eastern Standard Time.
Solicitation N00421-22-Q-0184 is issued as an intent to sole source. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a sole source basis with Palomar Products, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and 13.
Offerors must be registered in SAM.GOV database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.SAM.gov.
NO SUBSTITUTIONS
All Products Must be New
Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 14 March 2022 12:00 pm Eastern Standard Time. All offers will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received.
***Instructions to Offerors***
This procurement is a total set-aside for small business under FAR Part 52.219-6
Notice of Total Small Business Set-Aside. Representation Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law. All offers must complete FAR 52.204-26 within SAM. If 52.204-26 Section K is completed as “does not” for provision and use of the prohibited equipment and services, FAR 52.204-24 Section K would not be completed and submitted separately as part of the offer per direction within FAR 52.204-24 itself. If FAR 52.204-26 includes “does” for either provision or use, FAR 52.204-24 Section K is required to be completed and submitted as part of the proposal. Offers must complete 52.212-3, Offeror Representations and Certifications-Commercial Items in Section K of the solicitation.
This is a firm fixed-price procurement; therefore, the offeror’s initial offer should represent the vendor’s best quote in terms of lowest price and in accordance with Section B of the SF-18. Your quote will only be evaluated on the information you provide.
***Basis for Award***
All interested parties MUST submit a quote no later than 14 March 2022 12:00 pm Eastern Standard Time. Award will be made to the vendor that submits the lowest, firm fixed-price quotation that meets all the requirements either in Section B. See attached SF-18.
***Instructions to Offerors***
Please include the following information with your response:
- FOB: ______________________
- Shipping Cost: ______________
- Tax ID# ____________________
- Dun & Bradstreet # _____________________
- Cage Code: _________ You must be registered in System for Award Management (Sam.Gov)
- Business Size: Small Business Yes or No
- GSA or SEWP Contract # if applicable: ________________________
- Estimated delivery time after issuance of purchase order ____________________
- Published Price list.
- Total Price
All interested parties must submit quotes to both below points of contacts.
Government Points of Contact:
Michael Coffey
A2522012, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441
Patuxent River, MD 20670-1127
Email: Michael.j.coffey52.civ@us.navy.mil
Roberta Nethercutt
A2522003, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441
Patuxent River, MD 20670-1127
Email: roberta.m.nethercutt.civ@us.navy.mil
*YOU MUST SUBMIT SIGNED DOCUMENTATION VERIFYING YOU ARE AN AUTHORIZED DISTRIBUTOR*
- Must be new, factory sealed and never previously sold to another customer
- Must be have a full warranty from Palomar Products
- Must be TAA compliant (if requested and as applicable) and integrated at Palomar Products as required by the US Government or Government contractor with no substitutions without the contracting officers approval in writing and in advance of any written modification.
- Must follow the Palomar Products procedures for Secure Supply Chain
- Must not be or include 3rd party, used, pre-owned, “equivalent OEM” or counterfeit equivalent to Palomar Products products without prior Palomar Products written approval
- Must have the services quoted, eligible and approved by Palomar Products as outlined and required in the RFP
- Products/services/solutions must be ordered from the Palomar Products directly or via an authorized reseller
- Must provide Palomar Products sales order numbers prior to shipment (customer will check with Palomar Products to insure that above conditions are met)
- Bidder must provide a letter from Palomar Products stating they are an authorized partner and are authorized by Palomar Products to act as a prime or subcontractor for this RFP
- Must be able provide serial numbers in advance of the receipt of shipment to the Federal customer to insure all above conditions are met
- Any deviation from the above, at the Federal Government’s discretion, be fully enforceable by the full force of Federal Law and returnable without penalty. Additionally, prime will need to replace the prior shipment with Palomar Products branded products or services as outlined in 1-10 above.
Attachments/Links
Contact Information
Contracting Office Address
- BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
- PATUXENT RIVER , MD 20670-1545
- USA
Primary Point of Contact
- michael james coffey
- michael.j.coffey52.civ@us.navy.mil
- Phone Number 3013422556
Secondary Point of Contact
History
- Mar 10, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Original)