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. Competitive quotes are
being requested
under N66001-14-T-7888. This requirement is set-aside for small businesses,
NAICS code is
541210 and the size standard is $38,500,000.00.
This Solicitation is a Brand Name Requirement.
Item 0001:
Solaris 10 Premier Software License for Non-Oracle Hardware (1 - 4 Socket)
Server, With 3
Years Support Subscription
QTY: 14 Each
Item 0002:
Shipping Cost:
Shipping (if not included in price)
If there is a separate shipping cost (Not Included in Price) and (Not a Firm
Fixed Price Less
Than $100.00), supporting documentation will be required substantiating
shipping charges.
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 2005-76 (07/25/2014) and Defense Federal Acquisition
Regulation
Supplement (DFARS), 21 July 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
and DFARS
252.212-7000 Offeror Representations and Certifications--Commercial Items
applies to this
acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders, 52.219-6, Notice of Total Small Business Set-Aside, 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 Transfer
Central
Contractor Registration (31 U.S.C. 3332), 52.212-5 Contract Terms and
Conditions Required
to Implement Statutes or Executive OrdersCommercial Items (Deviation) also
applies to this
acquisition, 52.204-99, System for Award Management Registration (Deviation),
52.222-36,
Affirmative Action for Workers with Disabilities, 52.204-2, Security
Requirements, 2012-00007
Class Deviation- Representation Regarding Conviction of a Felony Criminal
Violation under any
Federal or State Law.
This RFQ closes on 1 August 2014, at 2:00 PM, Pacific Daylight Time (PDT).
Quotes uploaded
on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil
under SSC
Pacific/Simplified Acquisitions/N66001-14-T-7896.
The point of contact for this solicitation is Gerald Burch,
gerald.burch@navy.mil Please
include RFQ N66001-14-T-7896 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 - Gerald M Burch, Contract Specialist, 619-553-4360; AURORA VARGAS, Contracting Officer, 619-553-0901
Contract Specialist