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. Competitive quotes are
being requested
under N66001-15-T-6057. This requirement is set-aside for small businesses,
NAICS code is
334419 and the size standard is 500.
Requesting quotations on the following Brand Name item:
To be considered for award, the offeror certifies that the product 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 U.S. (i.e., that the
products are TAA
compliant and that the offeror is authorized to sell them in the U.S.).
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 U.S.,
or that the
product is in some manner not TAA compliant."
Item 0001: WAN optimization Network acceleration hardware/software
CMS-00138 SYSTEM, RS112, 400 WAC, 12GB, 2 QUAD CORE, XEON
2.4 GHZ, 2TBX1, BDRW, 4 PORT FTW NIC, GUIDE HOLES, ALTERNATE JONATHAN RAIL
CHASSIS WITHOUT RAILS / QTY- 3 EACH= $_____________
Item 0002: Shipping / QY 1 LOT = $_________________
Delivery Address:
SPAWAR, System Center Pacific
Receiving Officer
4297 Pacific Highway, BLDG OT7
San Diego, CA 92110-5000
Item 0003: UID TAG/LABEL COST, IF APPLICABLE (ITEM THAT COSTS OVER $5,000.00 /
1
LOT = $___________
DFARS 252.211-7003, Item Identification & Valuationa applies to this line item.
Cost for UID
labels is included at no additional cost.
NOTE: QUOTES MUST BE UPLOADED IN THE SPAWAR E-COMMERCE WEBSITE TO BE
CONSIDERED.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
to the lowest bidder, technically acceptable.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular Fac 2005-80, Effective 02 March 2015 and Defense Federal
Acquisition
Regulation Supplement (DFARS), DPN 20150326 (Effective 26 March 2015) Edition.
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.
Current FAR & DFAR. The provision at 52.212-1, Instructions to Offerors
Commercial and
52.212-4, Contract Terms and Conditions Commercial Items, incorporated by
reference,
applies to this acquisition FAR Clause 52.212-3, Offeror Representations and
Certifications --
Commercial Items and DFAR S 252.212-7000 Offeror Representations and
Certifications--
Commercial Items are in the e-Commerce website at
https://e-commerce.sscno.nmci.navy.mil.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes
52.222-50,
Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After
Award (31
U.S.C. 3553), 52.233-4, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child
Labor
Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition
of
Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity(E.O. 11246),
52.211-6
Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes
administered
by the Office of Foreign Assets Control of the Department of the Treasury),
52.232-33,
Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C.
3332),
52.214-6, Explanation of Prospective Bidders, 52.214-7 Late Submissions,
Modifications and
Withdrawals of Bids.
DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement
Statutes
or Executive Orders Applicable to Defense Acquisition of Commercial Items
Deviation apply to
this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207),
252.225-7001, Buy
American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582),
252.232-
7003, Electronic Submission of Payment Requests and Receiving Reports (10
U.S.C. 2227)
DFARS Clause 252.204-7001,Commercial and Government Entity (CAGE) Code
Reporting, 52.204-6, Data Universal Numbering System (DUNS).
DFAR 252.211-7003, Unit Identification and Valuation (applies to items over
5k, UID label
cost (if any).
DFARS 252.204-7000 (Disclosure of Information)
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.203-7998 Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality AgreementsRepresentation. (DEVIATION 2015-O0010) (FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and Further
Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government
agencies are
not permitted to use funds appropriated (or otherwise made available) under
that or any
other Act for contracts with an entity that requires employees or
subcontractors of such
entity seeking to report fraud, waste, or abuse to sign internal
confidentiality agreements or
statements prohibiting or otherwise restricting such employees or contactors
from lawfully
reporting such waste, fraud, or abuse to a designated investigative or law
enforcement
representative of a Federal department or agency authorized to receive such
information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that
it does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or abuse
to sign or comply with internal confidentiality agreements or statements
prohibiting or
otherwise restricting such employees or contactors from lawfully reporting such
waste, fraud,
or abuse to a designated investigative or law enforcement representative of a
Federal
department or agency authorized to receive such information.
252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN
INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010) (FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to
report fraud,
waste, or abuse to sign or comply with internal confidentiality agreements or
statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting such
waste, fraud, or abuse to a designated investigative or law enforcement
representative of a
Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and
restrictions of any
internal confidentiality agreements covered by this clause are no longer in
effect.
(c) The prohibition in paragraph (a) of this clause does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use
of funds
appropriated (or otherwise made available) under that or any other Act may be
prohibited, if
the Government determines that the Contractor is not in compliance with the
provisions of
this clause.
(2) The Government may seek any available remedies in the event the
Contractor fails to
perform in accordance with the terms and conditions of the contract as a result
of
Government action under this clause.
This RFQ closes on April 16, 2015 at 09:00 A.M. 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-6057
The point of contact for this solicitation is Nida B. Ramos
[email protected]
Please include RFQ N66001-15-T-6057 on all inquiries. Phone or fax will not
be considered.
All responding vendors must be registered to the System for Award Management
(SAM)
Website prior to award of conduct. Information can be found at
https://www.sam/gov/.
Bid Protests Not Available