Enclosure 1 Combined Synopsis/Solicitation Template
This is a combined synopsis/solicitation for commercial items 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.
Competitive quotes are being requested under Request For Quote (RFQ) #
N66001-18-Q-
6663. North American Industry Classification System (NAICS) code applicable to
this
acquisition is 334210 and the small business size standard is 1,250 employees.
This
procurement is a 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 Nemo Handy-A Pro. 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.
Anticipated contract line items are as follows:
BRAND NAME DO NOT SUBSTITUTE
Item Description Quantity
0001 P/N: 3000-A Nemo Handy-A Pro Qty: 6 Each
0002 P/N: 3000-NTH50002A Nemo Outdoor Playback Software QTY: 6 Each
0003 P/N: 3000-NTH50006A Nemo Handy Autonomous 3cc Software Qty: 6 Each
0004 P/N: 3000-NTH60011A Nemo Cloud Premium Option For Nemo Handy QTY: 6 Each
0005 P/N: WC-NTW50001A Nemo Windcatcher Lte Fdd Technology QTY: 1 Each
0006 P/N: WC-NTW60000A Nemo Windcatcher Software, BASE QTY: 1 Each
NOTE: THE TERMINAL SELECTION FOR THE MODEL 3000-A IS AS FOLLOWS: QTY. 3
SAMSUNG GALAXY S7 SM-G930F; QTY. 3 SAMSUNG GALAXY S8+ SM-G955F)
Urgent requirement required before 16 Apr 2018. The Government is seeking
Free on
Board (FOB) Destination Shipping Address for Delivery and Acceptance: N66001
Item 0001 Ship to:
Ship to Address: Ship to Address: N66001
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible offer whose quotation conforming to the solicitation represents
the
Lowest Price Technically Acceptable (LPTA) 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 unacceptable and ineligible for contract award. A complete
quote
includes a response and submission to each of the following:
Carefully consider the items below and tailor the offeror instructions to the
procurement.
1. General Information: Offeror Business Name, Address, Cage and DUNS
Codes (ensure Representation and Certifications are up to date in SAM.gov),
Business
Size and Type of Small Business based on applicable NAICS Code as provided
above,
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.
2. Technical Acceptability Documentation:
a. Technical Approach or Specifications: Include a separate concise, clear,
and
descriptive narrative technical approach on how all of the XXXX
services/supplies to the
different sites and at different times will be provided. Offerors are
encouraged to submit
product manufacturer specifications, pictures, brochures, or and other
pertinent technical
information of the quoted XXXX to facilitate the evaluation. The offer must
address and
meet the requirements/specifications as defined under Technical Acceptability
in 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 23, sustainable
acquisition
policies apply to both contracts for supplies 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: If the solicitation includes delivery of
products that are considered critical or high risk material* and are currently
in production
or currently available, insert 2(c) IAW SECNAVINST 4855.20.
*Note: A "Critical or high risk material" status is determined by the
Contracting Officer
based on the requirement (e.g., brand name products).
The following product certification statement below applies to line items 0001
through
XXXX 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.
d. Counterfeit IT Certification: If the solicitation includes the delivery of
IT
products or services with incidental IT products, consider including DFARS
252.246-7007
and DFARS 252.246-7008 in addition to inserting the following mandatory
solicitation
language (IPM 14-012CON) as item 2(d).
The following IT related statement applies to line items XXXX through XXXX and
each
offeror must explicitly confirm and submit supporting documentation, as needed:
The offeror/contractor certifies that the product(s) being offered are new and
in their
original packaging. The subject product(s) are eligible for all manufacturer
warranties
and other ancillary services or options provided by the original manufacturers,
authorized
suppliers, or suppliers that obtain parts from the manufacturer or its
authorized supplier.
The offeror/contractor further certifies that it is authorized by the
manufacturer to sell
the product(s). The offeror is required to submit documentation identifying
its supply
chain for the product(s). Within the aforementioned documentation, the offeror
shall
also identify the country of manufacture and indicate one of the following, if
applicable:
Manufacturing occurs in the U.S., but more than 50% is foreign content
Originally foreign manufactured products significantly modified by U.S.
Company
The contractor assumes responsibility for authenticity. Costs of counterfeit
parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a no cost cancellation or
partial
termination for default/cause for non-compliant awarded items may occur if any
of the
products provided are not recognized or acknowledged by the manufacturer as new
products 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 U.S.
3. Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above 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:
Insert a statement regarding the applicability of FAR provision 52.212-2,
Evaluation --
Commercial Items, if used, and the specific evaluation criteria to be included
in
paragraph (a) of that provision. If provision 52.212-2 is not used, describe
the
evaluation procedures to be used. Sample language provided below.
Basis For Award: The Government intends to award a contract to the lowest
priced,
technically acceptable offeror, who is registered with Wide Area Work Flow
(WAWF) and
System for Award Management (SAM); however, the Government reserves the right
to
award no contract at all, depending on the quality of quotes submitted and
availability of
funds. An offer will be considered non-responsive if technical acceptability
is not met.
Technical Acceptability is defined in Factor I below.
Factor I Technical Acceptability: The Government will evaluate the quote to
see if the
following specification requirements are met to include all information
required for a
complete quote as defined in paragraph #2 above:
Edit to include technical acceptability specifications/requirements for the
requirement.
Other points to consider under technical acceptability are:
If pursuing "Brand Name," ensure to attach the justification to the
solicitation as required per FAR 13.106-1(b). Consider the following
recommended
language:
This requirement contains supplies that are Brand Name pursuant to FAR 11.105,
Items
Peculiar to One Manufacturer. To be considered for award, the offeror is
required to
certify that the product being offered is an original, new, and TAA compliant
(reference 2
(c) above) NEMO product. The Government will only accept the required brand
name
product as specified in Attachment XX.
If pursuing "Brand Name or Equal," consider the following recommended
language:
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 XX. 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 XX.
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
XX.
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.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
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
registered CAGE and DUNS Codes.
Page Limitations: Ensure to stay within the page limitations as follows:
address page
limitations, if none state or if page limitation are by each item listed in
"Offeror
Instructions" provide in bullet form. If pages need to be numbered specify
here.
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and
text
shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before 15 Mar 2018 at 10:00AM, Pacific Time. Questions must be uploaded on
the
SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified Acquisitions N66001-18-Q-6663. Include RFQ#
N66001-18-Q-6663 on
all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 19Mar 18 at
10:00AM,
Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at
https://e-
commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-18-Q-
6663. E-mail quotes or offers will not be accepted and late quotes will not be
accepted.
SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact
the
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
Government RFQ Point of Contract: The point of contact for this solicitation
is Name of
Contract Specialist/Purchasing Agent at frederick.p.espiritu @navy.mil.
Reference RFQ#
N66001-18-Q-6663 on all email exchanges regarding this acquisition.
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) Verify the current Federal Register No. which can be
found at
http://farsite.hill.af.mil/vmfara.htm and insert '2005-96' and Defense Federal
Acquisition
Regulation Supplement (DFARS) Publication Notice. 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 www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following FAR and DFARS provisions, incorporated by reference, apply to
this
acquisition:
Reference clause matrix provided in IPM 17-006CON, consider provisions, and
tailor to
this acquisition.
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items
(Jan 2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes
the
following clauses by reference:
Reference clause matrix provided in IPM 17-006CON and tailor which clauses
contained
within FAR 52.212-5 are applicable to this acquisition.
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
Bid Protests Not Available