DEPARTMENT OF THE NAVY has floated a tender for Vmebu Processor Module. The project location is USA and the tender is closing on 15 Dec 2016. The tender notice number is N66001-17-T-7700, while the TOT Ref Number is 9727606. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : USA

Summary : Vmebu Processor Module

Deadline : 15 Dec 2016

Other Information

Notice Type : Tender

TOT Ref.No.: 9727606

Document Ref. No. : N66001-17-T-7700

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Name :Login to see tender_details

Address : Login to see tender_details

Email : Login to see tender_details

Login to see details

Tender Details

This is a ssc pacific combined synopsis/solicitation for commercial items prepared in

accordance with federal acquisition regulation (far) part 12, acquisition of

commercial

items and far part 13, simplified acquisition procedures.

This announcement constitutes only the solicitation. This is a total small

business set

aside (far 52.219-6). Only quotes submitted by small business concerns will be

accepted by the government. Any quote that is submitted by a contractor that is

not a

small business will not be considered for award. Competitive quotes are being

requested

under n66001-17-t-7700. This requirement is set-aside for small businesses,

naics

code is 334118 and the size standard is 1, 000 employees.

Basis of award: the government anticipates awarding a firm-fixed price purchase

order

and it will be based on the lowest priced technically acceptable quote whose

quotation

conforming to the solicitation represents the lowest price technically

acceptable. A

complete quote must be received for consideration. A complete quote is

completion of

submission of item 0001 and 0002 provided specifications.

Please note:

1. Quotes and questions emailed directly to my email inbox will not be

considered.

2. If you need assistance with the website you must contact the spawar

helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the

closing

date.

"quote brand name do not substitute"

clin 0001

vmebus-mvme51105e-2161

qty 4 each

clin 0002

shipping

qty 1 lot

to be considered for award, the offeror certifies that the product(s) being

offered is an

original, new and trade agreements act (taa) compliant product, and that the

subject

products are eligible for all manufacturer warranties and other ancillary

services or

options provided by the manufacturer. Offeror further certifies that it is

authorized by the

manufacturer to sell the products that are the subject of this action in the us

(i.e., that

the products are taa compliant and that the offeror is authorized to sell them

in the us).

Offerors are required to submit documentation with the offer identifying its

supply chain

for the product, and certifying that all products are new, taa compliant, and

in their

original packaging. By making an offer, offeror also consents to no cost

cancellation of

the non-compliant awarded items if, upon inspection after delivery, any

products

provided are not recognized or acknowledged by the manufacturer as new and

original

products that are eligible for warranties and all other ancillary services or

options

provided by the manufacturer or that offeror was not authorized by the

manufacturer to

sell the product in the us, or that the product is in some manner not taa

compliant. "

vendors: make sure to reference the following information in the quote:

a. Dun & bradstreet number

b. Cage code

c. Business size/ naics code:

d. Rfq number n66001-17-t-7700

e. Requested delivery date: 30 days after receipt of order (aro)

f. Preferred method of shipment: fob destination.

Ship to address:

spawarsyscenpacific

receiving

4297 pacific highway, bldg ot7

san diego, ca 92110

this solicitation document incorporates provisions and clauses in effect

through

federal acquisition circular 2005-92 (11/18/2016) and defense federal

acquisition regulation supplement (dfars), november 04, 2016. It is the

responsibility of the contractor to be familiar with the applicable clauses and

provisions.

The following clauses shown below can be accessed in full text at

www.farsite.hill.af.mil/:

52.204-2, security requirements

52.204-6, data universal numbering system (duns)

52.209-6, protecting the government s interest when subcontracting with

contractors

debarred, suspended, or proposed for debarment

52.204-16 commercial and government entity code reporting

52.212-1, instructions to offerors ? commercial items

52.212-2, evaluation ? commercial items

52.212-3, offeror representations and certifications - commercial items

52.212-4, contract terms and conditions - commercial items

52.212-5- contract terms and conditions required to implement statutes or

executive

orders ? commercial items

52.212-5, contract terms and conditions required to implement statutes or

executive

orders?commercial items (deviation 2013-o0019) (july 2014)

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, affirmative action for workers with disabilities (oct 2010) (29

u.s.c. 793).

52.222-50, combating trafficking in persons (22 u.s.c. 7104(g))

52.223-15, energy efficiency in energy-consuming products

52.223-16, acquisition of epeat-registered personal computer products

52.223-18, encouraging contractor policies to ban text messaging while driving

52.225-13, restrictions on certain foreign purchases

52.232-33, payment by electronic funds transfer?system for award management

52.232-40 providing accelerated payment to small business subcontractors

52.233-3, protest after award

52.233-4, applicable law for breach of contract claim

52.239-1, privacy or security safeguards

52.252-1 solicitation provisions incorporated by reference

252.203-7000, requirements relating to compensation of former dod officials

252.203-7005, representation relating to compensation of former dod officials

252.203-7996, prohibition on contracting with entities that require certain

internal

confidentiality agreements

252.204-7000, disclosure of information

252.204-7004 alternate a, system for award management

252.204-7012, safeguarding of unclassified controlled technical information

252.204-7008 compliance with safeguarding covered defense information controls

252.204-7011 alternative line item structure

252.204-7013 limitations on the use or disclosure of information by litigation

support

offerors

252.209-7993 representation by corporations regarding an unpaid deliquent tax

liability or a felony conviction under any federal law fiscal year 2014

appropriations

(feb 2014)

252.209-7994 representation by corporations regarding an unpaid deliquent tax

liabiulity or a felony conviction under any federal law fiscal year 2014

appropriations

252.209-7995 representation by corporations regarding an unpaid tax deliquent

tax

liability or a felony conviction- fiscal year 2013 appropriation (apr 2013)

252.209-7997, representation by corporation regarding an unpaid deliquent tax

liability or a felony conviction under any federal law dod appropriations

(jan 2013)

252.209-7998, representation regarding conviction of a felony criminal

violation under

any federal or state law.

252.209-7999, representation by corporations regarding an unpaid delinquent tax

liability or a felony conviction under any federal law

252.211-7003 uid, item unique identification & valuation

252.212-7000, offeror representations and certifications--commercial items

252.225-7001, buy american and balance of payments program

252.232-7003, electronic submission of payment requests and receiving reports

252.232-7006, wide area workflow payment instructions

252.237-7024 notice of continuation of essential contractor services

252.203-7998 - prohibition on contracting with entities that require certain

internal

confidentiality agreements? representation. (deviation 2015-o0010)

prohibition on contracting with entities that require certain internal

confidentiality agreements? representation (deviation 2015-o0010)

(feb 2015) (a) in accordance with section 743 of division e, title viii, of the

consolidated and further continuing resolution appropriations act, 2015 (pub.

L. 113-

235), government agencies are not permitted to use funds appropriated (or

otherwise

made available) under that or any other act for contracts with an entity that

requires

employees or subcontractors of such entity seeking to report fraud, waste, or

abuse to

sign internal confidentiality agreements or statements prohibiting or otherwise

restricting

such employees or contactors from lawfully reporting such waste, fraud, or

abuse to a

designated investigative or law enforcement representative of a federal

department or

agency authorized to receive such information.

(b) the prohibition in paragraph (a) of this provision does not contravene

requirements

applicable to standard form 312, form 4414, or any other form issued by a

federal

department or agency governing the nondisclosure of classified information.

(c) representation. By submission of its offer, the offeror represents that it

does not

require employees or subcontractors of such entity seeking to report fraud,

waste, or

abuse to sign or comply with internal confidentiality agreements or statements

prohibiting or otherwise restricting such employees or contactors from lawfully

reporting

such waste, fraud, or abuse to a designated investigative or law enforcement

representative of a federal department or agency authorized to receive such

information.

(end of provision)

this rfq closes december 15, 2016 at 1100, pacific standard time (pst). Quotes

must be uploaded on the spawar e-commerce website at https://e-

commerce.sscno.nmci.navy.mil under ssc pacific/simplified

acquisitions/n66001-17-t-7700.

Contractors bear the burden of ensuring that quotes (and any authorized

amendments)

reach the designated office on time and should allow a reasonable time for

facsimile and

e-mail transmissions to be completed. All pages of the quote must reach the

office

before the deadline specified in the solicitation. The contractor bears the

risk of non-

receipt of electronically transmitted quotations and should confirm receipt.

The point of contact for this solicitation is lilia cobian at

lilia.cobian@navy.mil. Please

include rfq n66001-17-7700 on all inquiries.

All responding vendors must have a completed registration in the system for

award management (sam) program prior to award of contract. Information to

register in sam can be found at: https://www.sam.gov/portal/public/sam/.

Complete sam registration means a registered duns and cage code

numbers.

70 -- general purpose information technology equipment
naics code:
334 -- computer and electronic product manufacturing/334118 -- computer terminal and other computer peripheral equipment manufacturing

d. Rfq number n66001-17-t-7700

e. Requested delivery date: 30 days after receipt of order (aro)

f. Preferred method of shipment: fob destination.

Ship to address:

spawarsyscenpacific

receiving

4297 pacific highway, bldg ot7

san diego, ca 92110

this solicitation document incorporates provisions and clauses in effect

through

federal acquisition circular 2005-92 (11/18/2016) and defense federal

acquisition regulation supplement (dfars), november 04, 2016. It is the

responsibility of the contractor to be familiar with the applicable clauses and

provisions.

The following clauses shown below can be accessed in full text at

www.farsite.hill.af.mil/:

52.204-2, security requirements

52.204-6, data universal numbering system (duns)

52.209-6, protecting the government s interest when subcontracting with

contractors

debarred, suspended, or proposed for debarment

52.204-16 commercial and government entity code reporting

52.212-1, instructions to offerors ? commercial items

52.212-2, evaluation ? commercial items

52.212-3, offeror representations and certifications - commercial items

52.212-4, contract terms and conditions - commercial items

52.212-5- contract terms and conditions required to implement statutes or

executive

orders ? commercial items

52.212-5, contract terms and conditions required to implement statutes or

executive

orders?commercial items (deviation 2013-o0019) (july 2014)

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, affirmative action for workers with disabilities (oct 2010) (29

u.s.c. 793).

52.222-50, combating trafficking in persons (22 u.s.c. 7104(g))

52.223-15, energy efficiency in energy-consuming products

52.223-16, acquisition of epeat-registered personal computer products

52.223-18, encouraging contractor policies to ban text messaging while driving

52.225-13, restrictions on certain foreign purchases

52.232-33, payment by electronic funds transfer?system for award management

52.232-40 providing accelerated payment to small business subcontractors

52.233-3, protest after award

52.233-4, applicable law for breach of contract claim

52.239-1, privacy or security safeguards

52.252-1 solicitation provisions incorporated by reference

252.203-7000, requirements relating to compensation of former dod officials

252.203-7005, representation relating to compensation of former dod officials

252.203-7996, prohibition on contracting with entities that require certain

internal

confidentiality agreements

252.204-7000, disclosure of information

252.204-7004 alternate a, system for award management

252.204-7012, safeguarding of unclassified controlled technical information

252.204-7008 compliance with safeguarding covered defense information controls

252.204-7011 alternative line item structure

252.204-7013 limitations on the use or disclosure of information by litigation

support

offerors

252.209-7993 representation by corporations regarding an unpaid deliquent tax

liability or a felony conviction under any federal law fiscal year 2014

appropriations

(feb 2014)

252.209-7994 representation by corporations regarding an unpaid deliquent tax

liabiulity or a felony conviction under any federal law fiscal year 2014

appropriations

252.209-7995 representation by corporations regarding an unpaid tax deliquent

tax

liability or a felony conviction- fiscal year 2013 appropriation (apr 2013)

252.209-7997, representation by corporation regarding an unpaid deliquent tax

liability or a felony conviction under any federal law dod appropriations

(jan 2013)

252.209-7998, representation regarding conviction of a felony criminal

violation under

any federal or state law.

252.209-7999, representation by corporations regarding an unpaid delinquent tax

liability or a felony conviction under any federal law

252.211-7003 uid, item unique identification & valuation

252.212-7000, offeror representations and certifications--commercial items

252.225-7001, buy american and balance of payments program

252.232-7003, electronic submission of payment requests and receiving reports

252.232-7006, wide area workflow payment instructions

252.237-7024 notice of continuation of essential contractor services

252.203-7998 - prohibition on contracting with entities that require certain

internal

confidentiality agreements? representation. (deviation 2015-o0010)

prohibition on contracting with entities that require certain internal

confidentiality agreements? representation (deviation 2015-o0010)

(feb 2015) (a) in accordance with section 743 of division e, title viii, of the

consolidated and further continuing resolution appropriations act, 2015 (pub.

L. 113-

235), government agencies are not permitted to use funds appropriated (or

otherwise

made available) under that or any other act for contracts with an entity that

requires

employees or subcontractors of such entity seeking to report fraud, waste, or

abuse to

sign internal confidentiality agreements or statements prohibiting or otherwise

restricting

such employees or contactors from lawfully reporting such waste, fraud, or

abuse to a

designated investigative or law enforcement representative of a federal

department or

agency authorized to receive such information.

(b) the prohibition in paragraph (a) of this provision does not contravene

requirements

applicable to standard form 312, form 4414, or any other form issued by a

federal

department or agency governing the nondisclosure of classified information.

(c) representation. By submission of its offer, the offeror represents that it

does not

require employees or subcontractors of such entity seeking to report fraud,

waste, or

abuse to sign or comply with internal confidentiality agreements or statements

prohibiting or otherwise restricting such employees or contactors from lawfully

reporting

such waste, fraud, or abuse to a designated investigative or law enforcement

representative of a federal department or agency authorized to receive such

information.

(end of provision)

this rfq closes december 15, 2016 at 1100, pacific standard time (pst). Quotes

must be uploaded on the spawar e-commerce website at https://e-

commerce.sscno.nmci.navy.mil under ssc pacific/simplified

acquisitions/n66001-17-t-7700.

Contractors bear the burden of ensuring that quotes (and any authorized

amendments)

reach the designated office on time and should allow a reasonable time for

facsimile and

e-mail transmissions to be completed. All pages of the quote must reach the

office

before the deadline specified in the solicitation. The contractor bears the

risk of non-

receipt of electronically transmitted quotations and should confirm receipt.

The point of contact for this solicitation is lilia cobian at

lilia.cobian@navy.mil. Please

include rfq n66001-17-7700 on all inquiries.

All responding vendors must have a completed registration in the system for

award management (sam) program prior to award of contract. Information to

register in sam can be found at: https://www.sam.gov/portal/public/sam/.

Complete sam registration means a registered duns and cage code

numbers. Additional info:
updates to this procurement and all associated documents will be made available on the spawar e-commerce central website, which is accessible by clicking this link.
Contracting office address:
53560 hull street bldg a33 rm 1602w, san diego ca 92152-5001
point of contact(s):
point of contact - lilia cobain, contract specialist, 619-553-0109; cynthia m horriat, contracting officer, 619-553-3755

contract specialist
general information
notice type:
combined synopsis/solicitation
posted date:
december 8, 2016
response date:
december 15, 2016
archiving policy:
automatic, on specified date
archive date:
january 14, 2017
original set aside:
n/a
set aside:
total small business
classification code:
70 -- general purpose information technology equipment
naics code:
334 -- computer and electronic product manufacturing/334118 -- computer terminal and other computer peripheral equipment manufacturing
for help: federal service deskaccessibility
added: dec 08, 2016 1:53 pm

Documents

 Tender Notice


Procurement Documents for USA

Access a comprehensive library of standard procurement documents specific to USA. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in USA

Explore Procurement Documents for USA


Want To Bid in This Tender?

Get Local Agent Support in USA and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?