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-
19-Q-7610. The North American Industry Classification System (NAICS) code
applicable
to this acquisition is 334290, and the small business size standard is 750
employees.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire Belden Hardware and Appliance. THIS IS A
BRAND NAME DO NOT SUBSTITUTE REQUIREMENT. 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 0001
Belden 24-12+1/2P STR TNC Halar Foil SHD FRPVC JKT 75C NEC CMP ROHS 1000FT
P/N: 82512 8771000
QTY: 3000 EA
ITEM 0002
Belden 82505 24-5P STR TNC Halar Foil SHD FRPVC JKT 75C NEC CMP CEC CMP ROHS
P/N: 82505 871000
QTY: 1000 EA
ITEM 0003
Belden 2413F 23-4P F/UTP-CMP SOL BC FEP LSPVE WHT JKT CAT6 300V 75C
P/N: 2413F-0091000
QTY: 1000 EA
ITEM 0004
Samsung 21.5" LED LCD Monitor -16:9-5ms
P/N: S22E450B
QTY: 12 EA
ITEM 0005
19" Rack Mountable Shelf 2U
P/N: 656747022692
QTY: 2 EA
ITEM 0006
D-Sub MIL Spec Connectors 9 POS RECPT, CRIMP STD DENSITY
P/N: M24308/2-1Z
QTY: 13 EA
ITEM 0007
Circular MIL Spec Contacts 20 AWG PIN CONTACT
P/N: M39029/64-369
QTY: 1000 EA
ITEM 0008
Circular MIL Spec Contacts SZ 20 SOCKET CONTACT
P/N: M39029/63-368
QTY: 200 EA
ITEM 0009
DB25 Back Shell
P/N: MHDETZK25K
QTY: 124 EA
Delivery Date: 30 days or sooner after receipt of order (ARO)
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
N66001
SPAWAR Systems Center Pacific
Trang Le
4297 Pacific Highway, BLDG OT7
San Diego, CA 92110-5000
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 and deemed
technically acceptable. '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, and
Primary Point of Contract (to include telephone and e-mail address).
2. Technical Acceptability Documentation:
a. 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: The following product certification
statement below
applies to "ALL" 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.
d. Counterfeit IT Certification: If the solicitation includes the delivery of
IT products or
services with incidental IT products, consider including DFARS 252.246-7007 and
DFARS
252.246-7008 in addition to inserting the following mandatory solicitation
language (IPM
14-012CON) as item 2(d).
The following IT related statement applies to line items 0001 through 0001 and
each
offeror must explicitly confirm and submit supporting documentation, as needed:
The offeror/contractor certifies that the product(s) being offered are new and
in their
original packaging. The subject product(s) are eligible for all manufacturer
warranties
and other ancillary services or options provided by the original manufacturers,
authorized
suppliers, or suppliers that obtain parts from the manufacturer or its
authorized
supplierCounterfeit IT Certification: If the solicitation includes the
delivery of IT products
or services with incidental IT products, consider including DFARS 252.246-7007
and
DFARS 252.246-7008 in addition to inserting the following mandatory
solicitation
language (IPM 14-012CON) as item 2(d).
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 offeror,
who is
registered with Wide Area Work Flow (WAWF) and the 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) Belden product. The Government will only accept the required brand
name
product as specified for each individual item listed in the "DESCRIPTION OF
REQUIREMENTS" section above. Notice: Reseller must be "FEDERAL" authorized
resell
partner.
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.
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: NONE
Formatting Requirements: Submit quotes in electronic PDF or Word format; and
text
shall be formatted on an 8 by 11inch page in 12 point Times New Roman font.
Questions Submission Requirements: Questions must be addressed to Coleco Yates
at
(619) 553-3292 or
[email protected]. Include RFQ# N66001-19-Q-7610 on all
inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on Tuesday, November
20
at 10:00 AM, 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/N66001-19-Q-7610. E-mail quotes or offers will not be accepted
and late
quotes will not be accepted.
Government RFQ Point of Contract: The point of contact for this solicitation
is Coleco
Yates at
[email protected]. Reference RFQ # N66001-19-Q-7610 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) 2005-99 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20180629. 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:
52.204-7, System for Award Management (Oct 2016)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
52.204-17, Ownership or Control of Offeror (Jul 2016)
52.204-20, Predecessor of Offeror (Jul 2016)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services
Developed or
Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-
Representation (Nov 2015)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law (Feb 2016)
52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(Jan
2017);
52.219-1 and Alt I, Small Business Program Representations (Oct 2014)
52.222-22, Previous Contracts and Compliance Reports (Feb 1999)
52.222-25, Affirmative Action Compliance (Apr 1984)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-
Representation (Dec 2016)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
52.252-5, Authorized Deviations in Provisions (Apr 1984)
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011)
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun
2015)
252.217-7026, Identification of Sources of Supply (Nov 1995)
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
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:
52.219-6, Notice of Total Small Business Set-AsideAlternate I (Nov 2011);
52.219-28, Post-Award Small Business Program Representation (Jul 2013);
52.222-3, Convict Labor (Jun 2003);
52.222-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016);
52.222-21, Prohibition of Segregated Facilities (Apr 2015);
52.222-26, Equal Opportunity (Sep 2016);
52.222-50, Combating Trafficking in Persons (Mar 2015);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug
2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and
52.232-33, Payment by Electronic Funds Transfer- System for Award Management
(Jul
2013)
The following FAR and DFARS clauses, incorporated by reference, apply to this
acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
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);
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders -- Commercial Items applies to acquisition and includes:
52.232-25, Prompt Payment (Jul 2013);
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);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34, F.O.B. Destination (Nov 1991);
52.252-2, Clauses Incorporated by Reference (Feb 1998);
52.252-6, Authorized Deviations in Clauses (Apr 1984);
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);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.223-7008, Prohibition of Hexavalent Chromium (May 2011);
252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016)
252.225-7048, Export-Controlled Items (Jun 2013);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.243-7001, Pricing of Contract Modifications (Dec 1991);
252.244-7000, Subcontracts for Commercial Items (Jun 2013);
252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance
System
(Aug 2016)
252.246-7008, Sources of Electronic Parts (May 2018)
Bid Protests Not Available