This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes only the solicitation. This is a Total Small
Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business
Concerns will be accepted by the Government. Any quote that is submitted by a
contractor that is not a Small Business will not be considered for award.
Competitive quotes are being requested under N66001-15-T-0303. This
requirement is set-aside for small businesses, NAICS code is 335313 and the
size standard is 750 employees.
"QUOTE BRAND NAME DO NOT SUBSTITUTE"
QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS.
Line Item 0001
Catalyst 3750X 24 Port Data IP Services, SMARTNET 8x5NBD Catalyst 3750X 24
Port Data IP Services, AC Power Cord for Catalyst 3K-X, CAT 3750X IOS
Universalwith web base dev mgr, CISCO Stackwise 50CM stacking cable,
Catalyst 3750X and 3850 stack power cable 30 CM and Catalyst 3K-X 350W AC
Power supply
Quantity: 7
Product Codes: WS-C3750X-24T-E, CON-SNT-3750X2TE, CAB 3KX-AC,
S375XVK9T-1228SE, CAB-SPWR-30CM, C3KX-PWR-350WAC
Basis for award: The Government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest priced, technically
acceptable
quote.
Vendor must provide at time of submission of quote, their authorized
distributor information (POC, phone number, and email address) and/or any
documentation supporting that the items/service are actually coming from that
manufacturer, i.e. certification, letter or copy of invoice. Failure to
provide such
proof will be treated as non-responsive and your quote(s) will not be
considered for award. The vendor's authorized distributor status will be
verified
by the Government prior to award.
"The statement applies to Line Item 0001: 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. Offeror further certifies that it is authorized
by
the manufacturer to sell the products that are the 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 its supply chain for the
product, and certifying that all products are new, TAA compliant, and in their
original packaging. By making an offer, 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
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. "
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N66001-15-T-0303
e. State delivery lead time after receipt of order
f. Preferred Delivery: F.O. B. Destination
Ship to Address: SPAWARSYSCEN PACIFIC, Receiving Department, 4297 Pacific
Hwy, Bldg. OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-83 (07/02/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive
OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans.
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-37, Employment Reports on Veterans.
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-16, Acquisition of EPEAT Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award
Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD
Officials
252.203-7005, Representation Relating to Compensation of Former DoD
Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid
Delinquent Tax Liability or a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes August 10, 2015 at 110:00AM, Pacific Standard Time (PST).
Quotes must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-15-T-0303.
The point of contact for this solicitation is Jen Perez at
[email protected]. Please include RFQ N66001-15-T-0303 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code numbers.
Bid Protests Not Available