Combined Synopsis/Solicitation - Brand Name or Equal Office Equipment
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: Presolicitation (Original)
- Original Published Date: Jul 15, 2024 04:45 pm PDT
- Original Response Date: Jul 22, 2024 12:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Aug 06, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 36 - SPECIAL INDUSTRY MACHINERY
- NAICS Code:
- 334111 - Electronic Computer Manufacturing
- Place of Performance:
Description
This is a combined synopsis/solicitation for commercial products and commercial services 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. This enclosure is an addendum to FAR provision
52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, which applies to this
acquisition.
Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-24-Q-6281. The North
American Industry Classification System (NAICS) code applicable to this acquisition is 334111 – Electronic
Computer Manufacturing, and the small business size standard is 1,250 employees. This procurement is a 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.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire various Brand Name or Equal Items. 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. Please refer to C1.5 Attachment 01 Item List for part
numbers and quantities.
DELIVERY
The expected delivery date is NLT 90 days After Receipt of Order (ARO). The Government is seeking Free on
Board (FOB) Destination pricing to the following shipping address: San Diego, CA 92110 (Full address will be
provided at time of award).
OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the
responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government,
price and non-price factors considered, 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 non-responsive 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 Unique Entity ID (ensure Representation
and Certifications are up to date in SAM.gov), Business Size, Federal Tax ID, Primary Point of Contract (to include
telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA
schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Products
and Commercial Services, applies to this acquisition. Offerors must include a completed copy of this provision
with offer.
2.Technical Documentation:
a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer
specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate
the evaluation. The quote must address and meet the requirements/specifications as defined under Technical
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 Part 23,
sustainable acquisition policies apply to both contracts for products 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 Attachment 1, 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 delivery order to the responsible quoter, whose quote
conforming to the RFQ is most advantageous to the Government, price and non-price factors considered. The
factors for award are listed below. The Government reserves the right to award no contract at all, depending on
the quality of quotes submitted and availability of funds. A quote will be considered non-responsive if technical
acceptability is not met. Technical Acceptability is defined in Factor I below.
Factor I – Technical: The Government will evaluate the extent to which the quote meets or exceeds the technical
requirements specified in Attachment 01 Item List.
The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance
characteristics that an "equal" product must meet are specified in Attachment 01 Item List. Offerors shall provide
a quote that identifies the Brand Name items or "Equal" items. Additionally, offerors shall specify delivery
timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an
"equal" item(s), the "equal" product(s) must meet the salient physical, functional, and performance
characteristic specified in Attachment 01 Item List.
To propose an "equal" item, offerors shall clearly identify the item by providing in the quote the brand
name/manufacturer of the "equal" item, the make/model/part number of the "equal" item and a website link to
the descriptive literature which demonstrates the "equal" item meets, at a minimum, the salient characteristics
provided in Attachment 01 Item List.
The Government will evaluate the quote and verify specification requirements are met and perform an item risk
assessment to determine technical acceptability.
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 to the shipping address listed above as
outlined in paragraph 3 above.
The Government will evaluate the total price and perform a price risk assessment to determine fair and
reasonableness.
Factor III – Past Performance: The Government will evaluate past performance, beginning with the lowest priced
quote, by reviewing sources that may include, but are not limited to, information from Government personnel
and information from sources such as the offeror's Responsibility/Qualification (R/Q) documentation in System
for Award Management (SAM). The Government will consider supplier risk to assess the risk of unsuccessful
performance and supply chain risk using the past performance data in the Supplier Performance Risk System
(SPRS) to include quality, delivery, and other contractor performance information.
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 a registered CAGE and Unique Entity ID.
Page Limitations: None.
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8
½ by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received before 22 July 2024 at
12:00PM. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-
commerce.DC3N.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-24-Q-6281. Include RFQ#
N66001-24-Q-6281 on all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 22 July 2024 at 12:00PM, Pacific Time. Quotes
must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.DC3N.navy.mil, under NIWC
Pacific/Simplified Acquisitions/N66001-24-Q-6281. E-mail quotes or offers will not be accepted and late quotes
will not be accepted.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless
Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil.
Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract
Specialist/Purchasing Agent at dane.j.black.civ@us.navy.mil. Reference RFQ# N66001-24-Q-6281 on all email
exchanges regarding this acquisition.
RFQ ATTACHMENTS: COMPLETE AND RETURN ATTACHMENT 2 WITH YOUR QUOTE.
1.C1.5 ATTACHMENT (01) Item List
2.C1.5 ATTACHMENT (02) FAR & DFARS REPS AND CERTS
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)
2024-05, effective 22 May 2024 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication
Notice (DPN) 05/30/2024. 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 https://www.acquisition.gov/content/regulations.
The following FAR and DFARS Provisions, incorporated by reference (as of the date of the RFQ), apply to this
acquisition:
52.204-7, System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26, Covered Telecommunications Equipment or Services-Representation
52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-
Representation
252.204-7024, Notice on the Use of the Supplier Performance Risk System.
252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance
Evaluations
252.225-7000, Buy American—Balance of Payments Program Certificate
252.225-7055, Representation Regarding Business Operations with the Maduro Regime
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–
Representation
FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—
Commercial Products and Commercial Services (as of the date of the RFQ) applies to this acquisition and
includes the following clauses by reference:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
Lab and Other Covered Entities
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment
52.204-27, Prohibition on a ByteDance Covered Application
52.204-30, Federal Acquisition Supply Chain Security Act Orders--Prohibition
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or
Proposed for Debarment
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.225-13, Restrictions on Certain Foreign Purchases
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
The following FAR and DFARS Clauses, incorporated by reference (as of the date of the RFQ), apply to this
acquisition:
52.204-13, System for Award Management Maintenance
52.204-18, Commercial and Government Entity Code
52.212-4, Contract Terms and Conditions – Commercial Items
52.225-13, Restrictions on Certain Foreign Purchases
52.232-39, Unenforceability of Unauthorized Obligations,
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service
252.204-7022, Expediting Contract Closeout
252.211-7003, Item Unique Identification and Valuation
252.211-7008, Use of Government- Assigned Serial Numbers
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program—Basic
252.225-7012, Preference for Certain Domestic Commodities
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
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
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts for Commercial Items
252.246-7008, Sources of Electronic Parts
252.247-7023, Transportation of Supplies by Sea – Basic
The following additional provision(s) and clause(s) incorporated in full text, (as of the date of the RFQ) apply to
this solicitation:
52.252-1, Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror
is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted
with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the
provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full
text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)
52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given
in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause
may be accessed electronically at this/these address(es):
The FAR provisions, clauses and deviations can be accessed in full text at
https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and
https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses).
(End of clause)
H-3, LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION
(a) Definition.
"Confidential Business Information," (information) as used in this text, is defined as all forms and types of
financial, business, economic or other types of information other than technical data or computer
software/computer software documentation, whether tangible or intangible, and whether or how stored,
compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner
thereof has taken reasonable measures to keep and protect such information, and (2) the information derives
independent economic value, actual or potential from not being generally known to, and not being readily
ascertainable through proper means by, the public. Information does not include technical data, as that term is
defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information
does not include computer software/computer software documentation, as those terms are defined in DFARS
252.227-7014(a)(4) and 252.227-7018(a)(4).
(b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed by
NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its
subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled to
confidential treatment may be included in the information released to these individuals. Accordingly, by
submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to
a limited release of its information, but only for purposes as described in paragraph (c) of this text.
(c) Circumstances where NAVWAR may release the contractor's or subcontractors' information include the
following:
(1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in
handling and processing information and documents in the administration of NAVWAR contracts, such as file
room management and contract closeout; and,
(2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in
accounting support services, including access to cost-reimbursement vouchers.
(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that
could result from the release of such information. NAVWAR will permit the limited release of information under
paragraphs (c)(1) and (c)(2) only under the following conditions:
(1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors to
perform the tasks described in paragraphs (c)(1) and (c)(2);
(2) Access to information is restricted to individuals with a bona fide need to possess;
(3) Contractors and their subcontractors having access to information have agreed under their contract or a
separate corporate non-disclosure agreement to provide the same level of protection to the information that
would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement
shall require the contractors and subcontractors to train their employees on how to properly handle the
information to which they will have access, and to have their employees sign company non-disclosure
agreements certifying that they understand the sensitive nature of the information and that unauthorized use of
the information could expose their company to significant liability. Copies of such employee non-disclosure
agreements shall be provided to the Government; and
(4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2)
have agreed under their contract or a separate non-disclosure agreement to not use the information for any
purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2).
(e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by this text.
(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that requires
the furnishing of information.
(End of Clause)
Attachments/Links
Contact Information
Contracting Office Address
- 53560 HULL STREET
- SAN DIEGO , CA 92152-5001
- USA
Primary Point of Contact
- Dane J Black
- dane.j.black.civ@us.navy.mil
- Phone Number 6199922150
Secondary Point of Contact
History
- Aug 06, 2024 08:55 pm PDTPresolicitation (Original)