News

70тАУForensic Workstations

Type of document: Contract Notice
Country: United States

70тАУForensic Workstations

Agency:
Department of the Navy

Official Address:
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA

Zip Code:
19111

Contact:
James McDevitt 215-697-5025

Link:

Date Posted:
12/09/2019

Classification:
70

Contract Description:
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO ().
The Solicitation number is N0018919QZ513. The proposed contract action is for commercial (supplies). The NAICS code is [334111] and the Small Business Standard is [1250].
This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-05 and DFARS Change Notice 20190820. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: and
The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire the following on another than full and open competitive basis from Forensic Computers Incorporated:
CLIN 0001 Thirty Seven (37) Forensic Tower X299 Forensic Workstations IAW the Performance Work Statement
я┐╜я┐╜я┐╜ See attached Performance Work Statement/ Specifications
The Contractor is responsible for the delivery and warranty of all systems ordered.
Delivery shall be completed within thirty (30) days After Date of Contract (ADC). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
This procurement is being processed through other than full and open competition. The Government intends to solicit and negotiate with Forensic Computers Incorporated since they are the company that can meet the Governmentя┐╜я┐╜я┐╜s minimum needs and ensure compatibility with existing systems and products.
я┐╜я┐╜я┐╜ See attached Redacted Brand Name/ Sole Source Justification.
A Firm Fixed Price (FFP) type contract will be awarded and a price reasonableness determination will be made IAW FAR 13.106-3.
Clauses and Provisions
The following FAR and DFAR clauses are applicable to this procurement:
52.201-24 Representation Regarding Certain Telecommunications and Video Surveillance or Equipment
52.212-3 and its ALT I, Offeror Representations and Certifications- Commercial Items
52.212-4 Contract Terms and ConditionsтАУCommercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items- including 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33.
52.252-1 SOLICITATIONS PROVISIONS INCORPORATED BY REFERENCE
52.252-2 CLAUSES INCORPORATED BY REFERENCE
252.232-7006 Wide Area Work Flow Payment Instructions
All clauses shall be incorporated by reference in the resultant order.
Additional contract terms and conditions applicable to this procurement are:
52.204-7 System for Award Management OCT 2016
52.204-13
52.204-16 System for Award Management Maintenance
Commercial and Government Entity Code Reporting OCT 2016
JUL 2016
52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment AUG 2019
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.247-34 FOB Destination NOV 1991
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
252.204-7004 Alt A Level I Anti-terrorism Awareness Training for Contractors FEB 2019
252.204-7005 Oral Attestation of Security Responsibilities FEB 2018
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7003 Item Identification and Valuation MAR 2016
252.211-7007 Reporting of Government-Furnished Property AUG 2012
252.211-7008 Use of Government-Assigned Serial Numbers MAR 2016
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea APR 2014
This announcement will close at _4:00pm EDT_ on _13 September 2019_.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.
Interested Persons may identify their interest and capability to respond to this requirement. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on responses is solely within the discretion of the Government. The Government will not pay for any information submitted in response to this notice
The primary point of contact for this notice is James McDevitt who can be reached at 215-697-5025 or james.h.mcdevitt@navy.mil.
******* End of Combined Synopsis/Solicitation ********

Response Date:
091319

Sol Number:
N0018919QZ513

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy