The RFP Database
New business relationships start here

INSTALLATION MATERIALS FOR COMPUTER NETWORK


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-7300. This requirement is set-aside for small businesses, NAICS code is 334118 and the size standard is 1000 Employees.
Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable.
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.

BRAND NAME

CLIN 0001
FIBER ENCLOSURE; P/N: CCH-01U MANUFACTURER: CORNING-C P/N: CCH-01U DESCRIPTION: 12/48-F RACK-MT ENCLOSURE 19" 1U EMPTY-ACCEPTS 2 PANELS CASSETTES OR MODULES QTY: 4 EACH

CLIN 0002
UNICAM LC MM CONNECTOR
MANUFACTURER: CORNING-C P/N: 95-050-99-X-Z DESCRIPTION: LC 50/125 LOMMF UNICAM CONN CERAMIC FERRULE LOGO ORGANIZER PACK 25/PK
QTY: 2 EACH


CLIN 0003 FIBER PANEL MANUFACTURER: CORNING-C P/N: CCH-CP24-E4 DESCRIPTION: 24-F CCH PANEL W/12 LC DUPLEX ADAPTERS SX+
QTY: 8 EACH


CLIN 0004 MOD PLUG MANUFACTURER: PLATINUM P/N: 100010B DESCRIPTION: PLATINUM TOOLS CAT 6+ EZ-RJ45 CLAM SHELL CONNECTORS 100/PK
QTY: 3 EACH

CLIN 0005 FIBER CABLE 5M MANUFACTURER: BELDEN/CDT P/N: FP3LDLD005M DESCRIPTION: FIBER PC,OM3,5M,2F,LC-LC
QTY: 20 EACH


CLIN 0006 FIBER CABLE 3M
MANUFACTURER: BELDEN/CDT P/N: FP3LDLD003M DESCRIPTION: FIBER PC,OM3,3M,2F,LC-LC
QQTY: 10 EACH




CLIN 0007 FIBER CABLE 1M
MANUFACTURER: BELDEN/CDT P/N: FP3LDLD001M DESCRIPTION: FIBER PC,OM3,1M,2F,LC-LC QTY: 10 EACH



CLIN 0008 FIBER CABLE 4 M
MANUFACTURER: BELDEN/CDT P/N: FP3LDLD004M DESCRIPTION: FIBER PC,OM3,4M,2F,LC-LC

QTY: 20 EACH


CLIN 0009 FIBER CABLE 2 M
MANUFACTURER: BELDEN/CDT P/N: FP3LDLD002M DESCRIPTION: FIBER PC,OM3,2M,2F,LC-LC

QTY: 20 EACH


CLIN 0010 POWER EXT CORD
MANUFACTURER: TRIPP LITE P/N: P036-006-15A DESCRIPTION: HEAVY DUTY POWER EXT CORD 15A 14 AWG IEC 320 C19-C20 6'
QTY: 18 EACH


CLIN 0011 POWER CORD MANUFACTURER: TRIPP LITE P/N: P005-010 DESCRIPTION: TRIPPLITE POWER CORD C13 TO C14 10 FOOT 14AWG
QTY: 25 EACH


CLIN 0012 BLUERAY 6X/DVD/CD/BURNER
MANUFACTURER: PIONEER P/N: BDR-XS06 DESCRIPTION: BLU-RAY 6X/DVD/CD EXTERNAL DRIVE
QTY: 1 EACH


CLIN 0013 DVD R DL AZO
MANUFACTURER: VERBATIM P/N: 97000 DESCRIPTION: VERBATIM DVD+R DL AZO RECORDABLE DISC, 50PK
QTY: 2 EACH


CLIN 0014 FOLDING HAND TRUCK MANUFACTURER: MAGNA CARTA P/N: MFF DESCRIPTION: MAGNA CART FLATFORM FOLDING HAND TRUCK
QTY: 1 EACH

CLIN 0015 FOLDING PLATFORM TRUCK
MANUFACTURER: SPARCO P/N: SPR02040 DESCRIPTION: SPARCO FOLDING PLATFORM TRUCK, 660LB, BLUE
QTY: 1 EACH


CLIN 0016 SHIPPING QTY: 1 LOT





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/ NAICS Code: d. RFQ Number N66001-17-T-7300 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination.


Ship to Address: SPAWAR SYSTEM CENTER PACIFIC 2293 VICTOR WHARF ACCESS ROAD BLDG 992 PEARL CITY HI 96782-3356



This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (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 Orders?Commercial 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 Labor?Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 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 Transfer?System 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 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION APPLIES TO THIS LINE ITEM 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions
252.203-7998 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements? Representation. (DEVIATION 2015-O0010) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS? REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113- 235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision)

This RFQ closes MAY 2, 2017 at 10:00 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/Simplified Acquisitions/N66001-17-T-7300.

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 - Sylvia Paguio, Contract Specialist, 619.553.6415; 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