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. This is a Total Small
Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business
Concerns will be accepted by the Government. Any quote that is submitted by a
contractor that is not a Small Business will not be considered for award.
Competitive quotes are being requested under N66001-15-T-7848. This
requirement is set-aside for small businesses, NAICS code is 334111 and the
size standard is 1000 employees.
"QUOTE BRAND NAME DO NOT SUBSTITUTE."
QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS.
PLEASE SUBMIT QUOTE IN LINE ITEM SEQUENCE. "
ITEM 0001
P/N: VCX-755, Steelhead CX 755v Virtual Model
P/N: VCX-755-H, Steelhead CX 755v High Virtual Appliance
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 16 EACH
ITEM 0002
Steelhead CX 755v Virtual Appliance Support
P/N: MNT-VCX-755
QTY 16 EACH
ITEM 0003
U.S. Federal VMware vSphere 5 Essentials Kit for 3 hosts (Max 2 processors per
host)
P/N: VS5-ESSL-BUN-F
QTY 16 EACH
ITEM 0004
VMWare U.S. Federal Subscription for VMware vSphere 5 Essentials Kit
POP: One year
P/N: VS5-ESSL-SUB-F
QTY 16 EACH
ITEM 0005
Steelhead CX 1555v High Virtual Appliance consisting of the following:
P/N: VCX-1555, Steelhead CX 1555v Virtual Model
P/N: VCX-1555-H, Steelhead CX 1555v High Virtual Appliance
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 2 EACH
ITEM 0006
Steelhead 1555v Virtual Appliance Support
P/N: MNT-VCX-1555
POP: One year
QTY 2 EACH
ITEM 0007
U.S. Federal VMware vSphere 5 Essentials Kit for 3 hosts (Max 2 processors per
host)
P/N: VS5-ESSL-BUN-F
QTY 2 EACH
ITEM 0008
VMware U.S. Federal Subscription for VMware vSphere 5 Essentials Kit
POP: One year
P/N: VS5-ESSL-SUB-F
QTY: 2 EACH
ITEM 0009
Steelhead CX 7055 2U Appliance Model consisting of the following:
P/N: CXA-07055-PTO, Steelhead pick to order model
P/N: LIC-CXA-7055-M, License Steelhead CX 7055 Mid Appliance 1000Mbps, 100k
conn
P/N: OS-DEFAULT, Default Software Version, Qty 1
P/N: PWR-CORD-US, Cable Power Cord, North America, Qty 2
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 1 EACH
ITEM 0010
P/N: CXA-07055-B020-C, Steelhead CX 7055 Appliance B020-C with RIOS (for LIC-
CXA-7055-M)
To include the following: P/N: OS-DEFAULT, Default Software Version, QTY 1 EACH
P/N: PWR-CORD-US, Cable Power Cord, North America, QTY 2 EACH
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 1 EACH
ITEM 0011
2-Port 10GbE SR Multi Mode Fiber NIC-Gen 2
P/N: NIC-008-2SR-C
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 2 EACH
ITEM 0012
Steelhead CX Appliance 7055 Gold Support
P/N: MNT-GLD-CXA-07055
POP: One year
QTY 1 EACH
ITEM 0013
Steelhead CX 7055 2U Appliance Model consisting of the following:
P/N: CXA-07055-PTO, Steelhead pick to order model
P/N: LIC-CXA-7055-M, License Steelhead CX 7055 Mid Appliance 1000Mbps, 100k
conn
P/N: OS-DEFAULT, Default Software Version, Qty 1
P/N: PWR-CORD-US, Cable Power Cord, North America, Qty 2
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 1 EACH
ITEM 0014
Steelhead CX 7055 Appliance B020 with RIOS (for LIC-CXA-7055-M)
P/N: CXA-07055-B020
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 1 EACH
ITEM 0015
Steelhead CX Appliance 7055 Gold Support
P/N: MNT-GLD-CXA-07055
POP: One year
QTY 1 EACH
ITEM 0016
P/N: CXA-07055, Steelhead CX 7055 2U Model, Qty 1
P/N: LIC-CXA-7055-H, License Steelhead CX 7055 High Appliance, 1500Mbps, 150k
conn, Qty 1
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 1 EACH
ITEM 0017
Steelhead CX 7055 Appliance B030-C with RIOS (for LIC-CXA-7055-H)
P/N: CXA-07055-B030-C
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 1 EACH
ITEM 0018
2-Port 10GbE SR Multi Mode Fiber NIC-Gen 2
P/N: NIC-008-2SR-C
DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this
line item.
QTY 2 EACH
ITEM 0019
Steelhead CX Appliance 7055 Gold Support
P/N: MNT-GLD-CXA-07055
POP: One year
QTY 1 EACH
Note: Quote the UID charge in accordance with DFARS 252.211-7003, Item Unique
Identification & Valuation as a separate CLIN.
Basis for award:
1. The Government anticipates awarding a firm-fixed price purchase order and
it will
be based on the lowest priced, technically acceptable quote.
2. Vendor must provide at time of submission of quote, their Riverbed
authorized
distributor information (POC, phone number, and email address) and/or any
documentation supporting that the items/service are actually coming from that
manufacturer, i.e. certification, letter or copy of invoice. Failure to
provide such proof
will be treated as non-responsive and your quote(s) will not be considered for
award. The vendor's authorized distributor status will be verified by the
Government prior to award.
"The statement below applies to CLINs 0001-0019
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). 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. "
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N66001-15-T-7848
e. State delivery lead time after receipt of order.
f. Preferred Delivery: F.O. B. Destination.
Ship to Address:
SPAWARSYSCEN PACIFIC
Receiving Department
4297 Pacific Hwy, Bldg. OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-83 (07/02/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive
OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans.
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C.
793).
52.222-37, Employment Reports on Veterans.
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation
under any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax
Liability or a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes August 12, 2015 at 10:00AM, 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-7848.
The point of contacts for this solicitation is Cynthia Horriat at
[email protected], Belinda Santos at
[email protected], and Gina
Goodman at
[email protected]. Please include RFQ N66001-15-T-7848 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