Federal Bid

Last Updated on 10 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
San diego California

70 -- STEELHEAD

Solicitation ID N66001-13-T-6662
Posted Date 29 Jun 2013 at 7 PM
Archive Date 10 Aug 2013 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 N66001-13-T-6662. This requirement is total small business set aside, NAICS code is 334210 and business size standard is 1000 employees. This requirement is for BRAND NAME ONLY DO NOT SUBSTITUTE. ITEM 1 Steelhead CXA 1555 B010 with RiOS (with 4 onboard GbE ports) Description: Riverbed Steelhead CXA 1555 is a WAN optimization unit that improves WAN performance by communicating with other Steelhead devices on the WAN to reduce network traffic. This is accomplished by improving transmission efficiency and reducing redundancy. Mfg#: CXA-01555-B010 QTY: 5 PRICE: $ ITEM 2 Steelhead RiOS license (CXA 1555-L, 50Mbps, 3000 conn.) Description: RiOS software is required to be used on the Steelhead hardware in order to control the network traffic optimization. This license is required to run the software for the target traffic load. Mfg#: LIC-CXA-1555-L QTY: 5 PRICE: $ ITEM 3 Gold Support (Steelhead CXA 1555) Description: Service support package. 24/7 access to website, phone, and email support. Software support to include all maintenance releases and major upgrades. Hardware support to provide advanced replacement, parts requested by 2:00PM local time will be shipped for next day delivery. Mfg#: MNT-GLD-CXA-01555 QTY: 5 PRICE: $ ITEM4- SHIPPING(IF ANY) SAN DIEGO, CA. 92110. DFAR 252.211-7003 ITEM IDENTIFICATION AND VALUATION APPLIES FOR EACH ITEM OVER 5K. To be considered for award, the offeror certifies that the product being offered is an original and new STEELHEAD 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 manufactures to sell the STEELHEAD product in the U.S. Offerors are required to submit documentation with the offer identifying its supply chain for the product, that all products are new and in their original STEELHEAD packaging. By making an offer, offeror also consents to cancellation of award 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 manufacturers or that Offeror was not authorized by the manufacturer to sell the STEELHEAD product in the U.S. Basis for award: The government anticipates awarding a firm-fixed price purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68 (06/26 /13) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 06/26/13. 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. Current FAR & DFAR. 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, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108- 78), 52.222-3, Convict LaborE.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), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.214-3, Amendments to Invitations for Bids, 52.214-4, False Statements and Bids, 52.214-5, Submission of Bids, 52.214-6, Explanation to Prospective Bidders, 52.214-7, Late Submissions, Modifications, and Withdrawls 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 and 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). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-13-T-6662. The point of contact for this solicitation is Arnold Palomo at [email protected]. Please include RFQ N66001-13-T-6662 on all inquiries. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
Bid Protests Not Available

Similar Past Bids

Fort bragg North carolina 25 May 2010 at 6 PM
Newport Rhode island 14 Aug 2016 at 2 PM
Location Unknown 22 Sep 2010 at 11 PM
Jber Alaska 21 Nov 2008 at 12 AM
Washington 28 Mar 2012 at 5 PM

Similar Opportunities