The document outlines a procurement action for specific security and networking products through a sole source acquisition, citing the necessity for brand name items from manufacturers like Genetec, Cisco, and HPE. The purchase includes various licenses, technical support services, and hardware components with a total estimated value to be financed with fiscal year 2025 other procurement funds for the Navy. The procurement aims to fulfill technical requirements identified by the USNA ITSD staff, ensuring compatibility and security in network operations. The rationale for using sole source authority is based on the need for products that meet stringent technical specifications, which can only be sourced from certified distributors. The Contracting Officer has verified that costs are fair and reasonable, and measures will be taken to encourage future competition by assessing alternate sources over time. The point of contact for further information is provided as Gilbert Dobison at NAVSUP Fleet Logistics Center Norfolk, ensuring a clear line for inquiries related to the procurement process. This document reflects the government’s commitment to standardizing technological acquisitions while maintaining operational integrity and security.
The NAVSUP Fleet Logistics Center Norfolk, Virginia, is planning to issue a commercial firm-fixed-price contract for high-tech surveillance equipment to enhance physical security at the U.S. Naval Academy's Bancroft Hall student dormitory. The procurement includes Axis video cameras, Genetec access controllers, Hewlett Packard Enterprise Aruba switches, and Cisco transceiver modules. The solicitation will follow full and open competition procedures under FAR Part 13.5. Interested vendors must submit documentation proving their status as authorized partners/resellers of the specified brands to be eligible. The combined synopsis/solicitation, identified by RFQ number N0018925Q0164, will be available for download around March 13, 2025, with bids due by March 20, 2025. All submissions must include detailed quotes and comply with required clauses, and companies must be registered in the SAM database to qualify for the contract. The equipment delivery is expected within 30 days following the award.
This document is an addendum to FAR 52.212-1, outlining instructions for submitting quotes for a government solicitation involving the procurement of commercial products and services. The government will award a single delivery order based on firm-fixed-price (FFP) provisions, emphasizing the importance of price and past performance. Questions from quoters should be directed to the contract specialist by March 18, 2025, with submissions required via SAM.gov by the solicitation's deadline.
Quoters must provide a non-price quote, including a technical submission with authorized reseller certification letters for specific brands and a Small Business Subcontracting Plan if applicable. Price quotes must include all required documentation and supporting information. The evaluation will focus on technical acceptability and price reasonableness, with the government reserving the right to request additional data to assess price competitiveness.
The document also outlines various clauses incorporated by reference and full text, addressing compliance and certifications related to telecommunications, subcontracting, and child labor laws, among others. This addendum underscores the structured process for vendor selection and compliance with federal regulations in government contracting.