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