PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 –Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2). Request For Quote (RFQ) Number is N66604-23-Q-0681.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the following items:
MFGR Part No
Description/Title
Qty
1
90-3215-048
Standard Brightness (200 nits) 21.5" FHD Display (1920x1080 Pixels)
with USB 5-wire Resistive Touch Screen, that includes:
Video Controller: HDMI, DISPLAYPORT
OSD Control: Calibration PCB, 8 button tactile keypad
Input Power:+12 VDC
Enclosure: Standalone, Customized to Customer’s requirements with
Black Powder Coat
Connectors: DE15 Socket for ARGB, HDMI Socket, DisplayPort Socket,
DE9 Plug for Touch sensor (USB), MS3402D10SL-3P for Power
Environmental: -0C to +70 degrees Centigrade Oper. Temp., -0% to
90% non-condensing for Humidity, Drip-Proof at 45° for Sealing
EMI/Safety: GDC STD
Accessories: User’s Manual, DE-9S --> USB Type A, 6’, Touchscreen
Driver
5
2
94-001
NRE - Design Modification
1
NOTE: Required Delivery Date: 01-JAN-2024
FOB Destination, Newport, RI 02841
This procurement is intended as a Brand Name Specificaiton basis, no substitutions allowed for General Digital (Cage Code: 1JA77) proudcts, listed above, and this procurement is 100% set-aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). Please, see attached Brand Name Specification. The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is 150 employees.
A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which may be considered by the agency.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment
52.212-4, Contract Terms and Conditions--Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items
The following DFARS clauses apply to this solicitation:
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in
Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246- 7008
Sources of Electronic Parts 252.211-7003, Item Identification and Valuation.
The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9.
Section 508: The following EIT Accessibility Standards apply to this procurement for Cisco Switches:
36 C.F.R. § 1194.23 (Chapter 4) - Telecommunications Products
36 C.F.R. § 1194.24 (Chapter 4) – Video and Multimedia Product
36 C.F.R. § 1194.25 (Chapter 4) – Self-Contained/Closed Product Standards
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.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
Payment will be made through Wide Area Workflow (WAWF).
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov
In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.
A quote received after the closing date and time specified will be ineligible for award.
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote.
In order to be determined technically acceptable, the offeror must provide the following:
(1) A quote including all of the items listed in table above. No partial quotes will be accepted.
(2) Offerors must include the manufacturer name and part numbers/serial numbers of all of the items.
(3) Provide assertion that all items are shipped from within the US;
(4) Provide assertion that all items configured in house are new products, gray market items will not be accepted; and
(5) Offerors must meet or exceed the required delivery timeframes specified in the table above Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within SPRS may render a quote being deemed technically unacceptable. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.
Quotes shall be submitted, via email, and must be received on or before Tuesday, August 22, 2023, by 2:00PM EST. Offers received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil.