Force Protection NSA Approved Media Disintegrator

expired opportunity(Expired)
From: Federal Government(Federal)
HQ048348643

Basic Details

started - 04 Apr, 2024 (29 days ago)

Start Date

04 Apr, 2024 (29 days ago)
due - 02 May, 2024 (1 day ago)

Due Date

02 May, 2024 (1 day ago)
Bid Notification

Type

Bid Notification
HQ048348643

Identifier

HQ048348643
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710990)DEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS) (387)DEFENSE FINANCE AND ACCOUNTING SVC (379)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Title of Requirement: NSA Approved Protection Media Disintegrator, and accompanying replaceable consumable parts/maintenance kit, a set of filters, a set of waste bags, and a one year warranty for Defense Finance and Accounting Service Indianapolis, IN (DFAS-IN).This is a combined synopsis/solicitation (RFQ) for the acquisition of a Backup Media Disintegrator and supplement parts and warranty for Force Protection Defense Accounting Service Indianapolis, IN (DFAS-IN) in accordance with the format in FAR Subpart 12.6 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 will be a total small business set aside. NAICS code for this announcement is 334112 with small business size standard of 1,250.Reference No.: HQ04834643SOLICITATION CLOSING DATE: All quotes must be received by the closing date/time at 11:00 am (Eastern), Friday, May 03,
2024. Preferred delivery method for submission of your quote is via email: miranda.j.amir.civ@mail.mil Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following: Unit pricing per line item as shown on the separately attached schedule of items table;Vendor Contact Name, Phone Number and Email AddressCompany Cage Code and DUNS NumberTax Identification NumberBusiness Size: Small/Large/Other: _______________Place of ManufactureList any Acceptance Criteria: All or none basis. IMPORTANT REMINDERS: Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/.List of Attachments: The following are attached and included as part of this RFQ:Description of Need (DON)Schedule of ItemsFull Text Provisions and ClausesNSA Approved Vendors List (published January 2024)**Please see the attached Schedule of Items Table. Please utilize this schedule when submitting your quote. Failure to use the attached schedule will result in your quote NOT being considered for award. **Issued by:Point of Contact: Miranda AmirDFAS Contract Services Directorate3990 E Broad StreetBldg. 21Columbus, OH 43213-1152Phone: 614-701-4283Email address: miranda.j.amir.civ@mail.milContract Type: Under FAR Part 13.5 the Government intends to award a single firm fixed Price (FFP) award. REQUIRED: Page 1-2 of the document “Full Text” must be completed by the vendor and sent in with that vendor’s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor’s quote NOT be considered for award. Description of Requirement: The contractor shall deliver a Solid-State Media disintegrator/shredder that meets National Security Agency (NSA) standards for destruction of classified media. This contract shall also include standard one-year warranty/maintenance, a spare parts kit, and a spare complete filter set, and a spare set of waste bags for collection of destroyed media.Please refer to the Description of Need (DON) for more detailsWarranty: The contractor shall provide a standard minimum one-year warranty for all services and maintenance associated with the disintegrator. Delivery: Delivery shall be within 30 days after award.Place of Delivery:DFAS Indianapolis:DFAS-IN Warehouse3250 N. Post RdSuite 315, Bldg. 3Indianapolis, IN 46226-6536POC: Phillip Hirman, 317-212-1119List any Acceptance Criteria: All or none basis.BASIS FOR SELECTION: The Government will award a single contract to the Contractor whose quote is determined to be the lowest price technically acceptable. All quote submissions MUST be from the NSA approved vendor list. Failure to conform to this requirement will result in the quote being removed from consideration. Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government. Invoicing and Payment: Invoices shall be submitted as a 2-in-1 nvoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment.Contracting Officer’s Representative (COR): The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract. The COR’s authority is limited to technical issues and is not authorized to make contractual decisions. The COR will monitor performance, funding and payment requirements. An alternate, will be assigned if the designated COR is unavailable. COR will be provided upon award of any resultant contract.Applicable Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-1221. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far. Clauses By Reference:FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity MAY 2014FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity MAY 2014FAR 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020FAR 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014FAR 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services NOV 2023FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services NOV 2023FAR 52.232-17 Interest MAY 2014FAR 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013FAR 52.243-1 Changes—Fixed Price AUG 1987DFARS 252.201-7000 Contracting Officer’s Representative (Dec 1991)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022DFARS 252.204-7003 Control of Government Personnel Work Product APR 1992DFARS 252.204-7012-- Safeguarding Covered Defense Information and Cyber Incident Reporting. (Dec. 2019)DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements JAN 2023DFARS 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013DFARS 252.211-7003 Item Unique Identification and Valuation JAN 2023DFARS 252.225-7012 Preference for Certain Domestic Commodities APR 2022DFARS 252.225-7048 Export-Controlled Items JUN 2013DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018DFARS 252.232-7010 Levies on Contract Payments DEC 2006DFARS 252.239-7018 Supply Chain Risk DEC 2022DFARS 252.243-7001 Pricing of Contract Modifications DEC 1991DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023DFARS 252.246-7008 Sources of Electronic Parts JAN 2023DFARS 252.247-7023 Transportation of Supplies by Sea—Basic JAN 2023Provisions By Reference:FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation JAN 2017FAR 52.204-7 System for Award Management OCT 2018FAR52.204-8 Annual Representations and Certifications DEC 2022FAR 52.204-16 Commercial and Government Entity Code Reporting AUG 2020FAR 52.204-17 Ownership or Control of Offeror AUG 2020FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016FAR 52.211-6 Brand Name or Equal AUG 1999FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services SEP 2023FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I OCT 2014FAR 52.214-34 Submission of Offers in the English Language APR 1991FAR 52.216-1 Type of Contract APR 1984FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)FAR 52.222-25 Affirmative Action Compliance (April 1984)FAR 52.225-18 Place of Manufacture AUG 2018DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation MAY 2021DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022DFARS 252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation DEC 2019DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)Provisions & Clauses Incorporated by Full Text: The following provisions and clauses in full text have been separately attachedFAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)FAR 52.212-5 Contract Terms and Conditions To Implement Statutes or Executive Orders – Commercial Products and Commercial Services NOV 2023FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)FAR 52.252-5 Authorized Deviations in Provisions NOV 2020DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this announcement must be submitted in writing to Miranda.J.Amir.civ@mail.mil for clarification by 1500 EST, April 17, 2024, to get an answer in time to meet that deadline. Telephonerequests will not be honored. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.

Location

Place Of Performance : N/A

Country : United StatesState : IndianaCity : Lawrence

Office Address : CONTRACT SERVICES DIRECTORATE 3990 EAST BROAD STREET BLDG21-2B218 COLUMBUS , OH 432131152 USA

Country : United StatesState : OhioCity : Whitehall

Classification

naicsCode 334112Computer Storage Device Manufacturing
pscCode 7520Office Devices and Accessories