SPMYM3-16-Q-2143
Ref 62294001-4
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 13 and Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS. The RFQ number is SPMYM3-16-Q-2143. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20160830. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm . The NAICS code is 334111 and the Small Business Standard is 500. This requirement is brand name mandatory - must be from General Dynamics Mission Systems. General Dynamics Mission Systems is the sole manufacturer of TACLANE products. TACLANE line of products is the only ones compatible with existing systems. Due to the encryption and security restrictions imposed by the National Security Agency (NSA) there no authorized resellers for TACLANE product family.
This is an "all or none" award.
Potential contractors will be screened for responsibility in accordance with FAR 9.104.
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
0001 Part # 10GTR-1Trade-in for TACLANE-10G QTY 2 Unit Price Total Price
TACLANE®-10G Cyber Capable Encryptor - Trade-in Line rate 10
Gb/s INE with simultaneous Suite A/B and HAIPE® v4.1/ IPMEIR 1.0
agility. Includes necessary cabling, (2) SFP+ Short Reach
Transceivers, power supply, (1) spare CIK with tag, 5 year
hardware/software warranty and Help Desk Support
0002 Part # 21-2831727-1 One Pair of SFP+ Long Haul Transceivers QTY 1 Unit Price Total Price
One Pair of SFP+ Long Haul Transceivers (for TACLANE-10G
only) 90-day hardware warranty coverage, not
including installation or support services.
52.204-7 System for Award Management
52.204-13, SAM Maintenance
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.211-9014 Contractor Retention of Traceability Documentation
52.211-9020 Time of Delivery-Accelerated Delivery
52.212-1, Instructions to Offerors - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution
52.242-15 Stop Work Order
52.246-1, Contractor Inspection Requirements
52.246-9039 Removal of Government Identification from Non Accepted Supplies
52.247-34, F.O.B-Destination
52.247-9012, Requirements for Treatment of Wood Packaging Material
52.252-2 Clauses Incorporated by Reference
52.252-1
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003. Control of Government Personnel Work Product
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Dec 2015)
252.223-7008 Prohibition of Hexavalent Chromium
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-35 Equal Opportunity for Veterans,
52.222-37 Employment Reports on Veterans, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities 52.222-50 Combating Trafficking in Persons, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013). 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004),
52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order.
Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015)
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate-Basic (Nov 2014)
DFARS 252.225-7001 Buy American and Balance of Payments Program -Basic (Nov 2014)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)
DFARS 252.232-7003 Electronic Submissions of Payment Requests and Receiving Reports (June 2012)
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (May 2013)
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies By Sea
This announcement will close at 1:00 pm on September 21, 2016. The Point of Contact for this solicitation is Sterling Mathews who can be reached at 207-438-2848 or email [email protected].
52.212-2, Evaluation - Commercial Items is applicable to this procurement. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.
If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided.
Please submit bids via fax at: 207-438-2452 or e mail to: [email protected]
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, cage code, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.