This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented
with additional information included in this notice. This announcement
constitutes the
only solicitation; quotes are being requested and a separate written
solicitation will not
be issued.
Competitive quotes are being requested under Request for Quote (RFQ) #
N66001-18-Q-
8106. The NAICS code applicable to this acquisition is 334418 and the small
business
size standard is 750 employees.
THIS IS A BRAND NAME, IXI TECHNOLOGY, DO NOT SUBSTITUTE REQUIREMENT.
To be considered acceptable and eligible for award, quotes must provide all of
the items
and quantities listed below. The Government will not consider quotes or offers
for partial
items or quantities. Anticipated contract line items are as follows:
ITEM 0001
NTDS E-Cards
VME NTDS, SERIAL HAWKE TYPE E, STD
MFG: MC2 Sabtech Holdings, Inc. dba IXI Technology
P/N: HK-04101-00
QTY: 2 Each
NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or
more per
DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for
labels, they
must be listed on your quote as a separate line item.
Delivery Date: 14 Weeks or sooner ARO
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
SPAWAR SYSTEMS CENTER PACIFIC
Receiving Officer
4297 Pacific Highway, BLDG OT7
San Diego, CA 92110-5000
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and ineligible for contract award.
Quotes shall:
1. Include pricing for each individual unit and a total price in US Dollars ($);
2. Be written in English and show the offeror name, address, DUNS and CAGE
code,
business size and type of small business, and telephone and e-mail address of
an Offeror
point of contact;
3. Be submitted in electronic PDF or Excel format; and
4. Quote FOB Destination
5. Include Payment Terms Net 30 (Payments made through WAWF/iRAPT)
6. Include the following certification and supply chain information. The
certification
statement below applies to line item 0001.
Certification: "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)." Certification is not limited in pages.
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.
The technical acceptability shall include the following:
Factor I Technical Acceptability:
The "Brand Name" item(s) (including part numbers) along with the salient
physical,
functional, and performance characteristics that must be met are specified in
the line
item descriptions given above. Offerors shall provide a quote (no page limit)
that
identifies the Brand Name items. Additionally, offerors shall specify delivery
timeframes
in their quote that meet or exceed the required delivery timeframe specified
above.
The price quote shall include the following:
Factor II Price:
The price quote shall include the following: Offerors shall provide a unit
price for each
brand name 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.
The past performance shall include the following:
Factor III- Past Performance:
The Government will consider data available in the statistical reporting module
of the
Supplier Performance Risk System (SPRS) regarding the supplier's past
performance
history for the FSC/PSC code of the supplies being purchased. The Government
reserves
the right to award to the supplies whose quotation represents the best value to
the
Government.
Evaluation Factors for Award:
Factor I Technical Acceptability:
The Government will evaluate the quote to see if the proposed items are the
Brand Name
items that meet the salient characteristics provided in the line item
descriptions given
above.
Factor II- Price:
The Government will evaluate the total price to determine if it is fair and
reasonable.
Factor III- Past Performance:
The Government will consider data available in the statistical reporting module
of the
Supplier Performance Risk System (SPRS) regarding the supplier's past
performance
history for the FSC/PSC code of the supplies being purchased. The Government
reserves
the right to award to the supplies whose quotation represents the best value to
the
Government.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
Basis for Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a purchase order to the lowest
price
technically acceptable quote received in response to this solicitation. Any
quote evaluated
as unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the
contractor to be familiar with the applicable clauses and provisions. The
clauses can be
accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following FAR and DFARS provisions apply to this acquisition:
52.204-7, System for Award Management (Oct 2016)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
52.204-17, Ownership or Control of Offeror (Jul 2016)
52.204-20, Predecessor of Offeror (Jul 2016)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-
Representation (Nov 2015)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law (Feb 2016)
52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(Jan
2017);
52.219-1 and Alt I, Small Business Program Representations (Oct 2014)
52.222-22, Previous Contracts and Compliance Reports (Feb 1999)
52.222-25, Affirmative Action Compliance (Apr 1984)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-
Representation (Dec 2016)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
52.252-5, Authorized Deviations in Provisions (Apr 1984)
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011)
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun
2015)
252.217-7026, Identification of Sources of Supply (Nov 1995)
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following FAR and DFARS clauses, incorporated by reference, apply to this
acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.204-19, Incorporation by Reference of Representations and Certifications
(Dec 2014)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services
Developed or
Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders -- Commercial Items applies to acquisition and includes:
52.219-6, Notice of Total Small Business Set-AsideAlt I (Nov 2011)
52.219-28, Post-Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (Jun 2003)
52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug
2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-25, Prompt Payment (Jul 2013)
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
(Jul
2013)
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-1, Disputes (May 2014)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34, F.O.B. Destination (Nov 1991)
52.252-2, Clauses Incorporated by Reference (Feb 1998)
52.252-6, Authorized Deviations in Clauses (Apr 1984)
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);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.211-7003, Item Unique Identification and Valuation (Mar 2016),
252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010)
252.223-7008, Prohibition of Hexavalent Chromium (May 2011)
252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016)
252.225-7048, Export-Controlled Items (Jun 2013)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.243-7001, Pricing of Contract Modifications (Dec 1991)
252.244-7000, Subcontracts for Commercial Items (Jun 2013)
252.246-7008, Sources of Electronic Parts (Oct 2016).
This RFQ closes on Friday, 24 August 2018 at 11:00 AM, Pacific Standard Time.
Questions and quotes must be uploaded on the SPAWAR e-Commerce website at
https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified
Acquisitions/N66001-18-Q-8106. E-mail quotes or offers will not be accepted.
Late
quotes will not be accepted. For e-Commerce technical issues, contact the
SPAWAR
Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
The point of contact for this solicitation is Ashley Cooper at
[email protected].
Please include RFQ# N66001-18-Q-8106 on all inquiries. Questions may be
addressed
afterward at the discretion of the Government.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered
DUNS and CAGE Code.
Bid Protests Not Available