The RFP Database
New business relationships start here

MODULES and LICENSES


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 the only 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 concern will not be considered for award. Competitive quotes are being requested under N66001-14-T-8202. NAICS code is 541512 and the size standard is $27.5M. "Quotes Will Be Evaluated on an All or None Basis." "Please submit Quote in Line Item Sequence." Quote Brand Name Do Not Substitute. ITEM 0001 MACSEC UPLINK MODULE P/N: EX-UM-2X4SFP-M MACSec QTY: 6 EA ITEM 0002 MACSAC LICENSE ON ACCESS SWITCHES P/N: EX-QFX-MACSEC-ACC MACSec QTY: 6 EA "The statement below applies to CLINs 0001 and 0002: 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." NOTE: IN ORDER TO BE CONSIDERED FOR AWARD, THE VENDOR MUST BE AN AUTHORIZED JUNIPER RESELLER PARTNER. ALL VENDORS ARE REQUIRED TO SUBMIT DOCUMENTATION WITH THEIR OFFER THAT IDENTIFIES JUNIPER PARTNERSHIP LEVEL. THE VENDOR JUNIPER PARTNER STATUS WILL BE VERIFIED BY THE GOVERNMENT WITH JUNIPER PRIOR TO AWARD. Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. Requested delivery date: 30 days or sooner ARO e. RFQ Number: N66001-15-T-8202 f. Preferred method of shipment: F.O.B. Destiination Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-74 (08/25/14) and Defense Federal Acquisition Regulation Supplement (DFARS), August 28, 2014. 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. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition in e-Commerce. FAR Clause at 52.212-2 Evaluation Commercial Items basis for award will be the lowest priced technically acceptable quote. Current FAR & DFAR. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. This RFQ closes on November 10, at 10:00 PM, 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-8202. The point of contact for this solicitation is Sylvia Paguio at sylvia.paguio@navy.mil. Please include RFQ N66001-15-T-8202 on all inquiries. All responding vendors must be registered to 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 a registered DUNS and CAGE Code numbers.

Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Cynthia M Horriat, Contracting Officer, 619-553-3755

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP