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