The Naval Surface Warfare Center, Dahlgren Division, has a requirement for a Firm Fixed-Price contract to procure on a sole source basis from Emerson Network Power, 5810 Van Allen Way, Carlsbad, CA 92008 for the following:
1. ATCA SHELF - 14 SLOT, 19, 13U, 40G, PP SHMM - ALL REDUNDANT FRUS INCLUDED - SILVER" (AXP1440), PART NUMBER AXP1440, 5 EACH
2. ATCA BLADE, DUAL INTEL XEON E5-2648L 8-CORE (1.8 GHZ), 64GB, 10G SUPPORT (ROHS 6/6), PART NUMBER ATCA-7370-64GB, 30 EACH
3. D 40G ATCA SWITCH BLADE WITH ONE AMC SITE (FILLER INCLUDED) AND OPTIONAL SATA STORAGE, PART NUMBER ATCA-F140, 10 EACH
4. RTM FOR THE ATCA-F140 WITH SFP AND SFPP SOCKETS, PART NUMBER RTM-ATCA-F140, 10 EACH
5. BLANK FILLER PANEL, AXP1620, AXP1440, AXP141X, AXP640, C2000 - REAR - SILVER, PART NUMBER AXP-R-FILL-PANEL, 60 EACH
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. The solicitation number N00178-14-R-1012, is issued as a Request for Proposal (RFP). This solicitation document with incorporated clauses and provisions are those in effect through Federal Acquisition 2005-75, effective 24 June 2014, Class Deviation 2013-000019 and Defense Acquisition Circular DPN 20140624. The NAICS Code associated with this procurement is 423430 with a size standard of 100 employees. This requirement is sole sourced for the ATCA Components by Emerson Network Power. No other systems will be accepted. The Government reserves the right to award on an all or none basis.
Proposal must include all applicable shipping and installation charges.
NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
INSTRUCTIONS: The following provisions and clauses are applicable to this procurement:
52.212-1 (no addendum);
FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212-2 (a) Evaluation Criteria order of importance:
1) Technical Capability
2) Price
3) Past Performance
FAR 52.212-3 Offeror Representations and Certifications Alt1 - Offerors are to include a completed copy with their offer;
FAR 52.212-4, Contract Terms and Conditions-Commercial Items (no addendum);
52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items with the additional FAR clauses: 52.203-6, 52.204-10, 52.219-8, 52.219-28, 52.222-3, 52.22-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.232-33;
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-0001 Line Item Specific: Single Funding
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A System for Award Management
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.225-7020 Trade Agreements Certificate
DFARS 252.225-7021 Trade Agreements
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.246-7000 Material Inspection and Receiving Report
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.243-7002 Requests for Equitable Adjustment
Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)
52.211-14 - Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulations.
In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ) or Request for Proposal (RFP) , the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software.
Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
AWARD: The award shall be firm fixed price. In order to be eligible for award, firms must be determined to be responsible in accordance with FAR 9.104-1 and they must be registered in the System for Award Management (SAM). Instructions for registration may be found at: https://www.sam.gov/ and the number for the SAM Helpdesk is 1- 866-606-8220.
The closing date is August 12, 2014 at 12:00 pm, Eastern Time. Anticipated Award date is September 30, 2014. All items shall be priced FOB Destination to the Naval Surface Warfare Center, Dahlgren, Division, Receiving Officer, 6220 Tisdale Road, Suite 159, Dahlgren VA 22448-5114, between the hours of 0700 and 1430 local time on weekdays. No deliveries will be accepted on Federal Holidays. Electronic quote submission is encouraged at [email protected]. or delivered to the Naval Surface Warfare Center, Dahlgren Division, and Attn: CS20-15, Bldg. 183, Room 102, and 17632 Dahlgren Road. Suite 157, Dahlgren, VA 22448-5110.
Any questions regarding this synopsis/proposal should be addressed to Deborah Frank at [email protected].