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 only the solicitation. This is a Total Small
Business Set Aside
(FAR 52.219-6). Only quotes submitted by Small Business Concerns will be
accepted by the
Government. Any quote that is submitted by a contractor that is not a Small
Business will not
be considered for award.
Competitive quotes are being requested under N66001-15-T-0332. This requirement
is set-
aside for small businesses, NAICS code is 334220 and the size standard is 750
employees.
"QUOTE BRAND NAME DO NOT SUBSTITUTE"
QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS.
Details of Item 0001 to 0211 is attached as a separate document.
Basis for award: The Government anticipates awarding a firm-fixed price
purchase order and
it will be based on the lowest priced, technically acceptable quote.
Vendor must provide at time of submission of quote, their authorized
distributor information
(POC, phone number, and email address) and/or any documentation supporting that
the
items/service are actually coming from that manufacturer, i.e. certification,
letter or copy of
invoice. Failure to provide such proof will be treated as non-responsive and
your quote(s)
will not be considered for award. The vendor's authorized distributor status
will be verified by
the Government prior to award.
"The statement applies to Line Item 0001 to 0211: To be considered for award,
the offeror
certifies that the product(s) being offered is an original, new and Trade
Agreements Act
(TAA) compliant 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 manufacturer to sell the
products that are the
subject of this action in the US (i.e., that the products are TAA compliant
and that the offeror is authorized to sell them in the US). Offerors are
required to submit
documentation with the offer identifying its supply chain for the product, and
certifying that
all products are new, TAA compliant, and in their original packaging. By making
an offer,
offeror also consents to no cost cancellation of the non-compliant awarded
items 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 manufacturer or that offeror was
not authorized
by the manufacturer to sell the product in the US, or that the product is in
some manner not
TAA compliant. "
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N66001-15-T-0332
e. State delivery lead time after receipt of order
f. Preferred Delivery: F.O. B. Destination
Ship to Address: SPAWARSYSCEN PACIFIC, Receiving Department, 4297 Pacific
Highway,
San Diego, CA 92152
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-83 (08/03/2015) and Defense Federal Acquisition
Regulation
Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor
to be familiar
with the applicable clauses and provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive
OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans.
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-37, Employment Reports on Veterans.
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency in Energy-Consuming Products
52.223-16, Acquisition of EPEAT Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under any
Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax
Liability or
a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
This RFQ closes September 8, 2015 at 2:00PM, Pacific Standard Time (PST).
Quotes must
be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-15-T-0332.
The point of contact for this solicitation is Jen Perez at
jeannette.perez1@navy.mil. Please
include RFQ N66001-15-T-0332 on all inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register in
SAM can be
found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration
means a
registered DUNS and CAGE Code numbers.
Point of Contact - Jeannette L Perez, Contract Specialist, 619-553-7918; Robert B Jones, Contracting Officer, 215-697-0275
Contract Specialist