Federal Bid

Last Updated on 24 May 2015 at 8 AM
Combined Synopsis/Solicitation
San diego California

70 -- Packetshaper 3500

Solicitation ID N66001-15-T-6538
Posted Date 16 Apr 2015 at 9 PM
Archive Date 24 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location San diego California United states 92152
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 are being requested under N66001-15-T-6538 This requirement is set-aside for small business, NAICS code is 511210. Quote Brand NameDo Not Substitute "The statement below applies to CLIN 0001 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 Bluecoat Packetshaper 3500, 10MBPS Part #IDGPPS3500-L010M- 1024, Packetshaper 3500, Up to 10 MBPS of shaping, 1024 classes Quantity 2 each Item 0002 - Shipping to San Diego 92110(if applicable) - 1 lot Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-80 (03/02/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), April 6, 2015. 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. FAR Clause 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 applies to this acquisition in e-Commerce. DFARS 252.204-7000-Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled Technical Information; 252.203-7998-Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation; 252.203-7999- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation; 252.211-7003-Item Identification & Valuation FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, 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), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. This RFQ closes on April 24, 2015 at 10:00 AM, Pacific Daylight Time (PDT). 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-6538 The point of contact for this solicitation is Dorothy Powell at [email protected]. Please include RFQ N66001-15-T-6538 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

Similar Past Bids

Texas 10 Sep 2019 at 4 AM
Philadelphia Pennsylvania 11 Jul 2019 at 12 AM
Philadelphia Pennsylvania 21 Jun 2019 at 11 AM
Philadelphia Pennsylvania 09 Jul 2019 at 12 AM
San diego California 18 Jun 2014 at 10 PM

Similar Opportunities

Valley Alabama 29 Jul 2025 at 4 AM (estimated)
Valley Alabama 17 Aug 2025 at 4 AM (estimated)
Washington District of columbia 16 Aug 2025 at 7 PM