The RFP Database
New business relationships start here

Gigamon Products


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 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 N66001-17-T-7835. This requirement is set-aside for small businesses, NAICS Code is 334220 and the size standard is 1,250 employees. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. QUOTE GIGAMON BRAND NAME DO NOT DEVIATE. CLIN 0001 P/N: GTP-ASF01 G-TAP A Series Always on SFP/SFP+ TA, AC Power (US Plug) QTY: 6 EACH CLIN 0002 P/N: SFP-502 1 Gig SFP, Multimode 850 QTY: 40 EACH CLIN 0003 P/N: SFP-532-20P 20 pack of 10 Gb SFP+, Multimode 850 nm SR QTY: 2 EACH CLIN 0004 P/N: SFP-501 1 Gig SFP, Copper, UTP with RJ45 interface QTY: 12 EACH CLIN 0005 P/N: SFP-535 10 Gig SFP+, Multimode 1310nm LRM (Special Order) QTY: 6 EACH CLIN 0006 P/N: GSS-FYS-PRM-PSS 1st Year GSS Pass-through Support with Premium SLA(24x7), bought with prod/within 1 yr of original price. QTY: 6 EACH 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 & Broadstreet number b. Cage Code c. Business Size/ NAICS Code: d. RFQ Number N66001-17-T-7835 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination. Ship to Address: Distribution Management Office 2240 Pepper Rd ATTN: SUPO (MARFORCYBER) Fort Meade, MD 20755 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/19/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), December 22, 2106. 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/: This RFQ closes on March 28, 2017, at 11:00 AM, Pacific Daylight Time (PDT). 52.204-3, Taxpayer Identification 52.204-6, Unique Entity Identifier 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.219-1, Small Business Program Representations 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation 52.225-18, Place of Manufacture 52.227-7, Patents Notice of Government License 52.232-38, Submission of Electronic Funds Transfer Information with Offer 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations 252.225-7010, Commercial Derivative Military ArticleSpecialty Metals Compliance Certificate 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism This RFQ closes March 28th, 2017 at 11:00 am, 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/SimplifiedAcquisitions/N66001-17-T-7835. The point of contact for this solicitation is David St. Cyr at david.stcyr@navy.mil. Please include RFQ N66001-17-T-7835 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 - David St Cyr, Contract Specialist, 619-553-4474; Dorothy J Powell, Contracting Officer, 619-553-4455

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP