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