The RFP Database
New business relationships start here

Brand Name or Equal F5 SW Bundle + Installation


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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-7171. The North American Industry Classification System (NAICS) code applicable to this acquisition is 511210 and the small business size standard is $38.5 million of dollars. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 19-Q-7171. The North American Industry Classification System (NAICS) code applicable to this acquisition is 511210 F5 SW Bundle + On-Site Support, and Travel, and the small business size standard is $38.5 million of dollars. This is a Total Small Business Set- Aside requirement. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire F5 SW Bundle + Installation. THIS IS A BRAND NAME OR EQUAL 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: Salient Characteristics for the Requirement: *These devices work on a modular system, so we need to add new functions, as necessary, via software. We need delivery of our applications to users in a reliable, secure, and optimized way. By making intelligent traffic decisions that adapt to the changing demands of our applications, we need to ensure their consistent availability and scalability. We need to have the power to simplify, automate, and customize applications faster and more predictably. We need to provide our enterprises and service providers the scalability, flexibility, performance, and control needed to mitigate the most aggressive attacks before they reach the data center. The following modules need to be available for the our system and are utilized at USNORTHCOM on existing systems. 1) Distributed DNS and user application requests based on business policies, data center and network conditions, user location, and application performance. Delivery of high- performance DNS services with visibility, reporting, and analysis; scales and secures DNS responses geographically to survive DDoS attacks; delivers a complete, real-time DNSSEC solution; and ensures global application high availability. 2) An Application Security Manager that proactively detects and mitigates bots, secures credentials and sensitive data, and defends against application DoS. In the form factor as an appliance, virtual edition, and as a managed service. 3) An Access Policy Manager that delivers unified global access to our network, cloud, and applications. 4) A Firewall Manager that has a high-performance, stateful, full-proxy network firewall design that guards data centers against incoming threats that enter the network on the most widely deployed protocols-including HTTP/S, SMTP, DNS, and FTP. Item 0001 Brand Name or Equal to: P/N: F5-BIG-VE-BT-1G-V18 and F5-SVC-BIG-PRE-SW181 BIG-IP Virtual Edition Bundle and BIG-IP Service Premium CAT SW 181 QTY: 4 EA ITEM 0002 Brand Name or Equal to: P/N: F5-CST-S F5 Installation and Support Standard Hourly (M-F 8AM-6PM) QTY: 80 Hours ITEM 0003 Brand Name or Equal to: P/N: F5-CST-TE-2 Travel & Expenses: Consulting QTY: 1 Lot Note: UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation (MAR 2016). If there is a cost for the UID Label, please list it as a separate line item (see attached clause). Expected Period of Performance: 30-SEP-2019 thru 29-SEP-2020 Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: N66001 USNORTHCOM N-NC J664 / C2 SYSTEMS 1925 AEROTECH ROAD STE 200 COLORADO SPRINGS, CO 80916 ATTN: DAVID GOKEY 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. 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 lowest priced, technically acceptable 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) 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 Cynthia Horriat at (619) 553-3755 or cynthia.horriat@navy.mil. Include RFQ# N66001-19-Q-7171 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Tuesday, 17 September 2019 at 10:00 A.M, Pacific Standard 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-7171. 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 Cynthia Horriat at cynthia.horriat@navy.mil. Reference RFQ # N66001-19-Q-7171 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) 2019-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20190628. 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) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Survelliance Serves or Equipment (Aug 2019) 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: 52.219-28, 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);

Point of Contact - Cynthia M Horriat, Contract Specialist, 619-553-3755; Larry D Hartpence, Contracting Officer, 619-553-4506

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP