AMENDMENT 0002
The purpose of this amendment to correct CLINS 0001 and 0002 the period of
performance in which this is not a renewal, as follows:
ITEM NO. DESCRIPTION QUANTITY
UNIT OF ISSUE
0001 HPE Sec Fortify Premium Ed Ste SW E-LTU
Support and Updates 24x7
Part Number: HM610A1#WXT
1 LOT
POP: 13 FEB 2018 - 30 SEP 2018
Mfr: Micro Focus
0002 HPE Sec Fortify ScanUser SW E-LTU
Support and Updates 24x7
Part Number: HM610A1#XFK
MFR: MICRO FOCUS
POP: 13 Feb 2018 - 30 Sep 2018
All other provisions of the basic order remain unchanged.
-----------------------------------------------------------------------------
AMENDMENT 0001
The purpose of this amendment of this solicitation is to specify that this is a
renewal for
HPE fortify. In addition the initial Fortify ID number is 1046 7757 3600.
All other provisions of the solicitation remains unchanged.
--------------------------------------------------------------------------------
-----
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) Number
N66001-
18-Q-7236. The North American Industry Classification System (NAICS) code
applicable
to this acquisition is 511210 and the small business size standard is 1250
EMPLOYEES.
This procurement is a TOTAL SMALL BUSINESS SET ASIDE. Only quotes submitted by
Small Business Concerns will be accepted by the Government. Any quote that is
submitted by a non-Small Business Concern will not be considered for award.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire pressure vessel tubing required for the
machining
of existing housings needed for underwater systems. 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 NO. DESCRIPTION QUANTITY UNIT OF ISSUE
0001 HPE Sec Fortify Premium Ed Ste SW E-LTU
Support and Updates 24x7
Part Number: HM610A1#WXT 1 LOT
POP: 10/1/2017 09/30/2018
Mfr: Micro Focus
0002 HPE Sec Fortify ScanUser SW E-LTU
Support and Updates 24x7
Part Number: HM610A1#XFK
MFR: MICRO
FOCUS
POP: 10/1/2017 09/30/2018
1 LOT
Depending on the primary buy type (supply or service), recommend inserting one
of the
following statements:
The expected delivery date is Award NLT 12 FEBRUARY 2018 The Government is
seeking
Free on Board (FOB) Destination pricing to the following shipping address:
SSC PACIFIC
4301 PACIFIC HIGHWAY OT7
SAN DIEGO, CA 92110-3127
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible offer whose quotation conforming to the solicitation represents
the
Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION
FACTORS FOR
AWARD' Section below. A complete quote must be received for consideration.
Respond
to each item listed below, if the response is "None" or "Not applicable,"
explicitly state
and explain. The Government may consider quotes that fail to address or follow
all
instructions to be unacceptable and ineligible for contract award. A complete
quote
includes a response and submission to each of the following:
1. General Information: Offeror Business Name, Address, Cage and DUNS
Codes (ensure Representation and Certifications are up to date in SAM.gov),
Business
Size and Type of Small Business based on applicable NAICS Code as provided
above,
Federal Tax ID, Primary Point of Contract (to include telephone and e-mail
address) and
provide a GSA contract number if some or all items proposed are on the GSA
schedule.
2. Technical Acceptability Documentation:
a. Technical Approach or Specifications: The offer must address and meet the
requirements/specifications as defined under Technical Acceptability in Factor
I below.
b. Sustainable Acquisitions Information and Certification: The contractor
shall
comply with all sustainable acquisition policies in an effort to minimize the
Government's
environmental impact and deliver community benefits through better selection
and
improved usage of products and services. In accordance FAR 23, sustainable
acquisition
policies apply to both contracts for supplies and services that require the
delivery, use, or
furnishing of products/services to the Government. Indicate if any the
following
sustainable acquisition categories apply to any products or services proposed:
Energy
Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable,
Non-ozone
depleting substances, Less Toxic and/or Less GHGs.
c. Authorized Source Confirmation: If the solicitation includes delivery of
products that are considered critical or high risk material* and are currently
in production
or currently available, insert 2(c) IAW SECNAVINST 4855.20.
*Note: A "Critical or high risk material" status is determined by the
Contracting Officer
based on the requirement (e.g., brand name products).
The following product certification statement below applies to the line items
and each
offeror must submit supporting documentation, as needed:
To be considered for award, the offeror/contractor is required to submit
documentation
confirming that they are an authorized source. An "Authorized Source" is
defined as the
original manufacturer, a source with the express written authority of the
original
manufacturer or current design activity, or an authorized aftermarket
manufacturer.
The offeror/contractor further certifies that it is authorized by the
manufacturer to sell
the product(s). The offeror is required to submit documentation identifying
its supply
chain for the product(s). Within the aforementioned documentation, the offeror
shall
also identify the country of manufacture and indicate one of the following, if
applicable:
Manufacturing occurs in the U.S., but more than 50% is foreign content
Originally foreign manufactured products significantly modified by U.S.
Company
The contractor assumes responsibility for authenticity. Costs of counterfeit
parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a no cost cancellation or
partial
termination for default/cause for non-compliant awarded items may occur if any
of the
products provided are not recognized or acknowledged by the manufacturer as new
products 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.
3. Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue,
the
extended price for each line item and a total price in US Dollars ($). Note:
Ensure FOB
Destination shipping costs are included in the pricing.
4. Commercial Warranty: If available, provide the terms and length of the
Workmanship and/or Manufacturer Warranty on the product(s) and/or services
proposed
included in the proposed purchase price.
EVALUATION FACTORS FOR AWARD:
Basis For Award: The Government intends to award a contract to the lowest
priced,
technically acceptable offeror, who is registered with Wide Area Work Flow
(WAWF) and
System for Award Management (SAM); however, the Government reserves the right
to
award no contract at all, depending on the quality of quotes submitted and
availability of
funds. An offer will be considered non-responsive if technical acceptability
is not met.
Technical Acceptability is defined in Factor I below.
Factor I Technical Acceptability: The Government will evaluate the quote to
see if the
following specification requirements are met to include all information
required for a
complete quote as defined in paragraph #2 above:
This requirement contains supplies that are Brand Name pursuant to FAR 11.105,
Items
Peculiar to One Manufacturer. To be considered for award, the offeror is
required to
certify that the product being offered is an original, new, and TAA compliant
(reference 2
(c) above) Insert Name of the Brand product. The Government will only accept
the
required brand name product as specified in Attachment 0001 AND 0002.
If pursuing "Brand Name or Equal," consider the following recommended
language:
The "Brand Name" item(s) (including part numbers) along with the salient
physical,
functional, and performance characteristics that an "equal" product must meet
are
specified in Attachment 0001 AND 0002. Offerors shall provide a quote that
identifies
the Brand Name items or "Equal" items. Additionally, offerors shall specify
delivery
timeframes in their quote that meet or exceed the required delivery date
specified
above. When proposing an "equal" item(s), the "equal" product(s) must meet the
salient
physical, functional, and performance characteristic specified in AttachmentS
0001 AND
0002.
To propose an "equal" item, offerors shall clearly identify the item by
providing in the
quote the brand name/manufacturer of the "equal" item, the make/model/part
number
of the "equal" item and a website link to the descriptive literature which
demonstrates
the "equal" item meets, at a minimum, the salient characteristics provided in
Attachment 0001 AND 0002.
Factor II Price: The Government will evaluate the total price to determine
if it is fair
and reasonable. The price quote shall include a unit price for each 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 as outlined
in
paragraph #3 above.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors 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
registered CAGE and DUNS Codes.
Page Limitations: Ensure to stay within the page limitations as follows:
address page
limitations, if none state or if page limitation are by each item listed in
"Offeror
Instructions" provide in bullet form. If pages need to be numbered specify
here.
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and
text
shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before FEB 06 2018
10:00 AM, Pacific Time. Questions 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-7236. Include RFQ# N66001-18-Q-7236 on all
inquiries.
Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 06 FEB 2018
13:00
PM, Pacific Time. 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-7236. E-mail quotes or offers will not be accepted
and late
quotes will not be accepted.
SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact
the
SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or
[email protected].
Government RFQ Point of Contract: The point of contact for this solicitation
is Name of at
[email protected] Reference RFQ# N66001-18-Q-7236 on all email exchanges
regarding this acquisition.
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) Verify the current Federal Register No. which can be
found at
http://farsite.hill.af.mil/vmfara.htm and insert '2005-96' and Defense Federal
Acquisition
Regulation Supplement (DFARS) Publication Notice Verify the current DPN which
can be
found at http://farsite.hill.af.mil/vmdfara.htm and insert the'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, incorporated by reference, apply to
this
acquisition :
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-19 Incorporation by Reference of Representations and Certifications.
DEC 2014
52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017
52.213-2 Invoices APR 1984
52.232-25 Prompt Payment JAN 2017
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
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
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting
OCT 2016
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7001 Buy American And Balance Of Payments ProgramBasic (Dec 2016)
DEC
2016
252.225-7036 Buy American--Free Trade Agreement--Balance of Payments
Program--Basic (DEC 2016) DEC 2016
252.225-7048 Export-Controlled Items JUN 2013
252.227-7015 Technical Data--Commercial Items FEB 2014
252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
JUN
2012
252.232-7010 Levies on Contract Payments DEC 2006
252.239-7010 Cloud Computing Services OCT 2016
252.239-7016 Telecommunications Security Equipment, Devices, Techniques, And
Services DEC 1991
252.244-7000 Subcontracts for Commercial Items JUN 2013
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes
the
following clauses by reference:
FAR 52.212-5
_X___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X___(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies
(Oct
2016) (E.O. 13126).
_X___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X___ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
_X___ (32) 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O.
13496).
_X___ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22
U.S.C.
chapter 78 and E.O.
_X___ (55) 52.232-33, Payment by Electronic Funds TransferSystem for Award
Management (July 2013) (31
U.S.C. 3332).
Bid Protests Not Available