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 the only solicitation. Competitive quotes for
brand name
(Brocade Network Switches & Aruba Wireless Network) are being requested under
N66001-14-
T-7139 This requirement is set-aside for small businesses, NAICS code is 334290
and business
size standard is 500 employees.
(SEE BELOW DESCRIPTION FOR 20 LINE ITEMS):
DO NOT SUBSTITUTE:
PART # DESCRIPTION QTY
CX6610-48P-E 48 port 1G RJ45 POE + plus 8 x 1G SFPP uplinks ports (upgradeable
to 10G). 4 x 40G stacking ports. Exhaust air flow. Base S/W 1
ICX6610-FAN-E ICX6610 FAN PORT SIDE INTAKE 1
ICX6610-RMK 2 Post Rack Mount Kit 1
RPS16-E 1000W Power supply for ICX6610 PoE SKUs. Exhaust airflow 1
ICX6450-24P-A 24-port 1G Switch PoE+ 390W, 2x1G SFP+ (upgradable to 10G) &
2x1G/10GSFP+ Uplink/Stacking Ports, TAA 1
ICX6450-48P-A 48-port 1G Switch PoE+ 780W, 2x1G SFP+ (upgradable to 10G) &
2x1G/10GSFP+ Uplink/Stacking Ports, TAA 1
ICX6450-C12-PD 12-port 1G Compact Switch (4 PoE+), 2X100M/1G SFP &
2X100M/1GCopperUplinks, Fanless, Premium Layer 3 2
ICX6400-C12-RMK ICX 6430/6450-C12 Compact Switch 2-Post Rack Mount Kit 2
E1MG-LX-OM-8PK 1000Base-LX SFP optic, SMF,LC connector, Optical Monitoring
Capable PRODUCT - 8 pack 1
E1MG-LX-OM 1000Base-LX SFP optic, SMF,LC connector, Optical Monitoring
Capable
PRODUCT - SINGLE UNIT 2
AP-225-F1 Aruba AP-225 Wireless Access Point, 802.11n/ac, 3x3:3, dual radio,
integrated
antennas, TAA compliant 5
AP-220-MNT-W1 AP-220 Series Mo 5
SN1-AP-225-F1 NBD SUPPORT FOR AP-225-F1 (1 YEAR) 5
AP-275 Aruba AP-275 Outdoor Wireless Access Point 2
AP-270-MNT-V1 Aruba 270 Series Outdoor AP Long Mount Kit. Pole/Wall Mount for
AP-
270. Positions AP 300 mm from vertical mounting asset 2
SN1-AP-275 NBD SUPPORT FOR AP-275 (1 YEAR) 2
RAP-155-USF1 Aruba RAP-155 Remote Access Point (wireless, 5x10/100/100 Base-
T, USB)- Restricted regulatory domain: United States, FIPS/TAA 1
SN1-RAP-155-USF1 NBD SUPPORT FOR RAP-155-USF1 (1 YEAR) 1
PD-9001GR-AC 30W 802.3at POE midspan injector, 10/100/1000Base-T Ethernet
7
PC-AC-NA AC power cable - North America version 7
SN1-PD-9001GR-AC
ARUBACARE NBD SUPPORT FOR PD-9001GR-AC (1 YEAR) 7
ITEM 0021: SHIPPING / QTY = 1 LOT $______________
Delivery Address:
SSC Pacific (OTC)
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
ITEM 0022: UID TAG/LABEL COST, IF APPLICABLE (ITEM THAT COSTS OVER $5,000.00) /
1-
Lot =$____
GRAND TOTAL = $______________________
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 2005-76, Effective 25 July 2014 and Defense Federal
Acquisition
Regulation Supplement (DFARS), DPN 20140805 (Effective 05 Aug 2014) 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
Brand Name or
Equal, 52.225-13, 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.
FAR CLAUSE 52.204-99 System for Award Management Registration (Aug. 2012)
(Deviation)
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).
This RFQ closes on August 18, 2014 at 12:00 PM, 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/N66001-14-T-7139
The point of contact for this solicitation is Nida B. Ramos
[email protected]
Please include RFQ N66001-14-T-7139 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