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 N66001-15-T-7337.
NAICS code is 334411 and the size standard is 1,000 employees.
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.
"Quotes Will Be Evaluated on an All or None Basis."
Quote Brand Name Do Not Substitute.
"Please submit Quote in Line Item Sequence."
See Attached Line Items 0001 thru 0011.
"The statement below applies to CLINs 0001, 0002, and 0004:
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: "Vendor must provide at time of submission of quote their Riverbed
authorized distributor information (POC, phone number) and/or any
documentation supporting that the items are actually coming from that
distributor, i.e. certification, letter or copy of invoice. Failure to provide
such
proof will be treated as non-responsive and your quote(s) will not be
considered for 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-7337
f. Preferred method of shipment: F.O.B. Destination
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular Fac 2005-74 (March 02, 2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), February 26, 2015. 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 & DFARS. 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,
DFARS 252.204-2, security Requirements, 252.209-7998, Representation
Regarding Conviction of a Felony Criminal Violation under any Federal or State
Law, 252.204-7000, Disclosure of Information, and 252.204-7012,
Safeguarding of Unclassified Controlled Technical Information, and 252.211-
7003, Item Unique Identification and Valuation. 252.203-7999, Prohibition on
Contracting with Entities that Require Certain Internal Confidentiality
Agreements. (Deviation 2015-O0010)
252.203-7998 Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality AgreementsRepresentation. (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 on May 4, 2015, at 10:00 A.M., Pacific Standard Time. 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-7337.
The point of contact for this solicitation is Cynthia Horriat at
cynthia.horriat@navy.mil. Please include RFQ N66001-15-T-7337 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 - Cynthia M Horriat, Contract Specialist, 619-553-3755; Gina Goodman, Contracting Officer, 619-553-5208
Contract Specialist