The Department of the Navy, Navy Information Warfare Center Pacific, has a BRAND
NAME requirement for Stanley Black & Decker Vidmar Cabinets and installation.
This Request for Quote (RFQ) is being issued in accordance with FAR Subpart 16.505 and
NASA SEWP quotes are being requested. This announcement constitutes the only
solicitation; offers are being requested and a written solicitation will not be issued. This
RFQ incorporates all provisions and clauses in effect through the Defense Federal
Acquisition Regulation Supplement (DFARS) (24 March 2020).
The solicitation is issued on NASA SEWP. It will be the responsibility of the Contractor to
monitor NASA SEWP for any issuance of changes/updates to the solicitation.
This requirement is set-aside for Small Business concerns under NAICS code 541519
NAME OF NAICS with a size standard of 7021. In order to be eligible for award, offerors
must be registered in www.SAM.gov, with completed representations and certifications.
Offerors interested in responding to this requirement must provide a quote for the below
list of materials.
ITEM 0001: SEP3203AL with LD1610 in all drawers 59"H X 27.75"D X 30"W Vidmar
Cabinet Consisting of : 0340 HOUSING - ST0340 S22578 Dark Blue (1), SL10 LOCK CYL,
1 KEY () (1), STACK TOP FEATURE - STD S22578 Dark Blue (1), DRAWER - ST45 S22578
Dark Blue (2), LD 1610 FOR DRAWER 45 (2), DRAWER - ST50 S22578 Dark Blue (1)
LD 1610 FOR DRAWER 50 (1), DRAWER - ST60 S22578 Dark Blue (2), LD 1610 FOR
DRAWER 60 (2), DRAWER - ST80 (1), LD 1610 FOR DRAWER 80 (1)
QTY: 3 EA
ITEM 0002: SEP3214AL with LD1610 in all drawers 59"H X 27.75" X 30"W Vidmar
Cabinet Consisting of : HOUSING - ST0340 S22578 Dark Blue (1), LOCK CYL, 1 KEY ()
(1), STACK TOP FEATURE â STD (1), DRAWER - ST50 S22578 Dark Blue (1),
LD 1610 FOR DRAWER 50 (1), DRAWER - ST60 S22578 Dark Blue (1). LD 1610 FOR
DRAWER 60 (1), DRAWER - ST70 S22578 Dark Blue (2), LD 1610 FOR DRAWER 70 (2)
DRAWER - ST90 S22578 Dark Blue (1), LD 1610 FOR DRAWER 90 (1)
QTY: 2 EA
ITEM 0003: SEP3352AL with LD168 in all drawers 59"H X 27.75"D X 30"W Vidmar
Cabinet Consisting of : HOUSING - ST0340 S22578 Dark Blue (1), LOCK CYL, 1 KEY () (1)
STACK TOP FEATURE - STD S22578 Dark Blue (1), DRAWER - ST30 S22578 Dark Blue (4)
LD 168 FOR DRAWER 30 (4), DRAWER - ST40 S22578 Dark Blue (3), LD 168 FOR
DRAWER 40 (3), DRAWER - ST50 S22578 Dark Blue (2), LD 168 FOR DRAWER 50 (2)
QTY: 1 EA
ITEM 0004: DWS1751AL with doors 33"H X 27.75"D X 60"W Vidmar Cabinet Consisting
of : HOUSING - DW0175 S22578 Dark Blue (1), DOOR ASSY S22578 Dark Blue (1)
LOCK CYL, 1 KEY () (1), SHELF - DW S22578 Dark Blue (1), BOTTOM PAN - DW S22578
Dark Blue (1)
QTY: 3 EA
ITEM 0005: DWSD3402AL 59"H X 27.75"D X 60"W Cabiniet Consisting of: HOUSING -
DW0340 S22578 Dark Blue (1), STACK TOP FEATURE â DW (1), DOOR ASSY S22578
Dark Blue (1), LOCK CYL, 1 KEY () (1), SHELF - DW S22578 Dark Blue (1), SHELF - DW
S22578 Dark Blue (1), SHELF - DW S22578 Dark Blue (1), BOTTOM PAN - DW S22578
Dark Blue (1)
QTY: 3 EA
ITEM 0006: THREADED POWER STUD - 3/8 X 3-3/4 P/N: 1-09-000-003-N
QTY: 36 EA
ITEM 0007: SC175X1A 33"H X 27.75D X 30"W Vidmar Cabinet Consisting of: HOUSING -
ST0175 S22578 Dark Blue (1), DOOR ASSEMBLY-ST175 S22578 Dark Blue (1), LOCK
CYL, 1 KEY () (1), SHELF - ST S22578 Dark Blue (1), BOTTOM PAN - ST S22578 Dark
Blue (1),
QTY: 6 EA
ITEM: 0008: INSTALLATION
QTY: 1 EA
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. The offeror further certifies that it is authorized by
the manufacturer to sell the products that are 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 it's supply chain
for the products, and certifying that all products are new, TAA compliant, and in their
original packaging. By making an offer, the 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 the 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.
The government intends to award a single firm-fixed priced (FFP) order.
The government reserves the right to award without discussions.
Quotes for alternative products will not be considered
Quotes must include all applicable costs, including shipping and handling, the total
quoted price will be the evaluated price.
Delivery Date: 30 Days or sooner after receipt of order (ARO)
Free on Board (FOB) Destination Shipping Address for Delivery Acceptance:
N66001
Naval Information Warfare Center Pacific (NIWC Pacific)
Walter Washington Code 55310
4297 Pacific Highway
San Diego, CA 92110-5001
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 most
advantageous quote as defined in the 'EVALUATION FACTORS FOR AWARD' Section
below. A complete quote must be received for consideration. 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:
1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure
Representation and Certifications are up to date in SAM.gov), Federal Tax ID, Primary
Point of Contract (to include telephone and e-mail address).
2. Technical Acceptability Documentation:
a. Technical Approach or Specifications: The item (including part number) along with the
salient physical, functional, and performance characteristics that a product must meet
are specified in the item descriptions given in the table above. Offerors shall provide a
quote (no page limit) that identifies each item. Additionally, offerors shall specify delivery
timeframes in their quote that meet or exceed the required delivery timeframe specified
above. The offer must address and meet the requirements/specifications as defined
under Technical Acceptability in Factor I below.
b. Authorized Source Confirmation:
To be considered for award, the Government may request the offeror/contractor 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.
c. Counterfeit IT Certification: The following IT related statement applies to all line items
and the Government may require each offeror to 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 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 or are priced out separately per the
table above.
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 to the lowest priced offeror, whose
computer meets or exceeds the requirements listed in the Description of Requirements,
and who is registered with Wide Area Work Flow (WAWF) and System for Award
Management (SAM). A quote will be considered non-responsive if technical acceptability
is not met. Technical Acceptability is defined in Factor I below.
Factor I â Technical Acceptability: The Government will evaluate the quote to see if the
specification requirements are met, to include all information required for a complete
quote as defined in paragraph #2 above.
Factor II â 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 or provided as a
separate line 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
Government RFQ Point of Contract: The point of contact for this solicitation is Coleco
Yates at
[email protected]. Reference the SEWP RFQ Number on all email
exchanges regarding this acquisition.
The following clauses are incorporated by reference:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment (DEC 2019)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP
2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY
2016)
252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC
2018)
252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018)
252.243-7001 Pricing of Contract Mods
252.244-7000 Subcontracts for Commercial Items (JUN 2013)
252.246-7008 Sources of Electronic Parts (MAY 2018)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services (NOV 2004)
252.225-7974 Prohibition on Contracting with Persons that have Business Operations
with the Maduro Regime (Deviation 2020-O0005)
Bid Protests Not Available