This RFQ closes on August 20, 2018 at 10:00 AM, Pacific Daylight Time (PDT)
Quotes must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil. under SSC Pacific/Simplified
Acquisitions/N66001-18-Q-
6445
All questions must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-18-Q-
6445
PLEASE NOTE:
1. Quotes and questions emailed directly to my email inbox will NOT be
considered.
2. If you need assistance with the web site you MUST contact the SPAWAR
Helpdesk at 858-537-0644 or email at paperless.spawar.fct@navy.mil prior to the
closing
date.
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 "Brand Name"
Small
Business Set Aside. Only quotes submitted by Small Business Concerns will be
accepted
by the Government. NAICS code is 511210 and the size standard is $38.5
(millions of
dollars). Competitive quotes are being requested under N66001-18-Q-6445
The Government is seeking to acquire routers & associated software. To be
considered
acceptable and eligible for award, quotes must provide all of the items and
quantities
listed below. The Government will not consider quotes or offers for partial
items or
quantities. Competitive quotes are being requested and must be exact part
numbers
listed below "no substitutes". Anticipated contract line items are as follows:
"DESCRIPTION OF REQUIREMENTS"
Item 0001: 6 each Juniper Part #SRX345-DUAL-AC-T; SRX345 TAA Hardware with
16GE (w 8x SFP),
4G RAM, 8G Flash and 4x MP IM slots. Includes: internal dual AC power supplies,
cable
and RMK.
Item 0002: 6 each Juniper Part #SRX345-JSB SRX345 JUNOS Software Base with
Firewall, NAT, IPSEC, Routing, MPLS and Switching Services (must order SRX345
to
complete the system).
Item 0003: 6 each Part #SVC-COR-SRX345JSB; Juniper Care Core Support for
SRX345-
JSB
Item 0004: 6 each Juniper Part #SVC-ND-SRX345DHW; Juniper Care Next Day
Support for SRX345-DUAL-AC
The Government is seeking Free on Board (FOB) Destination pricing to the
following
shipping address: 4297 Pacific Highway, San Diego CA 92110-5000
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible offer whose quotation conforming to the solicitation represents
the
Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION
FACTORS FOR
AWARD' Section below. A complete quote must be received for consideration.
Respond
to each item listed below, if the response is "None" or "Not applicable,"
explicitly state
and explain. The Government may consider quotes that fail to address or follow
all
instructions to be unacceptable and ineligible for contract award. A complete
quote
includes a response and submission to each of the following:
1. General Information: Offeror Business Name, Address, Cage and DUNS Codes
(ensure Representation and Certifications are up to date in SAM.gov), Business
Size and
Type of Small Business based on applicable NAICS Code as provided above,
Federal Tax
ID, Primary Point of Contract (to include telephone and e-mail address)
2. Technical Acceptability Documentation:
a. Technical Approach or Specifications: Offerors are encouraged to submit
product manufacturer specifications, pictures, brochures, or and other
pertinent technical
information of the quoted item to facilitate the evaluation. The offer must
address and
meet the requirements/part numbers as defined under Technical Acceptability in
Factor I
below.
b. To be considered for award, the offeror/contractor is required to submit
documentation confirming that they are a FEDERALLY authorized resell partner,
authorized source. An "Authorized Source" is defined as the original
manufacturer, a
source with the express written authority of the original manufacturer or
current design
activity, or an authorized aftermarket manufacturer.
c. The following product certification statement below applies to line items
0001 through
0004 and each offeror must submit supporting documentation, as needed:
The offeror/contractor certifies that the product(s) being offered are new and
in their
original packaging. The subject product(s) are eligible for all manufacturer
warranties
and other ancillary services or options provided by the original manufacturers,
authorized
suppliers, or suppliers that obtain parts from the manufacturer or its
authorized supplier.
The offeror/contractor further certifies that it is authorized by the
manufacturer to sell
the product(s). The offeror is required to submit documentation identifying
its supply
chain for the product(s). Within the aforementioned documentation, the offeror
shall
also identify the country of manufacture and indicate one of the following, if
applicable:
Manufacturing occurs in the U.S., but more than 50% is foreign content
Originally foreign manufactured products significantly modified by U.S.
Company
The contractor assumes responsibility for authenticity. Costs of counterfeit
parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a no cost cancellation or
partial
termination for default/cause for non-compliant awarded items may occur if any
of the
products provided are not recognized or acknowledged by the manufacturer as new
products 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 U.S.
3. Price Quote: Submit complete pricing for each individual item listed in
the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue,
the
extended price for each line item and a total price in US Dollars ($). Note:
Ensure FOB
Destination shipping costs are included in the pricing
EVALUATION FACTORS FOR AWARD:
Basis For Award: The Government intends to award a contract to the lowest
priced,
technically acceptable offeror, who is registered with Wide Area Work Flow
(WAWF) and
System for Award Management (SAM); however, the Government reserves the right
to
award no contract at all, depending on the quality of quotes submitted and
availability of
funds. An offer will be considered non-responsive if technical acceptability
is not met.
Technical Acceptability is defined in Factor I below.
Factor I Technical Acceptability: The Government will evaluate the quote to
see if the
part number requirements above are met to include all information required for
a
complete quote as defined above.
The "Brand Name" item(s) (including part numbers) product must meet are
specified
above. Offerors shall provide a quote that identifies the Brand Name items.
Additionally,
offerors shall specify delivery timeframes in their quote.
Factor II Price: The Government will evaluate the total price to determine
if it is fair
and reasonable. The price quote shall include a unit price for each item and a
total firm-
fixed-price for all line items. The total firm-fixed-price shall include all
applicable taxes,
shipping, and handling costs to the shipping address listed above as outlined
in
DESCRIPTION OF REQUIREMENTS.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
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.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular FAC 2005-99, Effective: 16 Jul 2018 and Defense Federal
Regulation
Supplement (DFARS), DPN 12/28/2017.
It is the responsibility of the contractor to be familiar with the applicable
clauses and
provisions which can be accessed in full text at www.farsite.hill.af.mil.
The following Clause apply:
52.204-7, System for Award Management OCT 2016
52.204-8 Annual Representations and Certifications DEC 2016
52.204-16, Commercial and Government Entity Code Reporting JUL 2016
52.204-17, Ownership or Control of Offer JUL 2016
52.204-20 Predecessor of Offeror JUL 2016
52.204-23-Prohibition on Contracting for Hardware, Software, and Services
Developed or
Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.207-4 Economic Purchase QuantitySupplies AUG 1987
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
Representation NOV 2015
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law FEB 2016
52.211-6, Brand Name or Equal AUG 1999
52.212-1, Instructions to Offerors -- Commercial Items (Tailored information
provided
Above) JAN 2017
52.212-2, Evaluation -- Commercial Items (Tailored information provided above)
OCT
2014
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(As
Registered in SAM) JAN 2017
52-219-1 Small Business Program Representations--Alternate I SEP 2015
52.222-18 Certification Regarding Knowledge of Child Labor for Listed End
Products FEB
2001
52.222-22 Previous Contracts and Compliance Reports FEB 1999
52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals
Representation DEC 2016
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications APR 1984
52.247-34, F.o.b. Destination NOV 1991
52.252-1, Solicitation Provisions Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions APR 1984
252.203-7005, Representation Relating to Compensation of Former dod Officials
NOV
2011
252.203-7996, Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements Representation (DEVIATION 2016-O0003);
252.204-7004 Alternate A, System for Award Management FEB 2014
252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
OCT
2016
252.204-7011, Alternative Line Item Structure SEP 2011
252.211-7003, Item Unique Identification and Valuation, MAR 2016
252.211-7008, Use of Government-Assigned Serial Numbers, SEP 2010
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval SystemStatistical Reporting in Past Performance Evaluations JUN 2015
252.239-7017 Notice of Supply Chain Risk NOV 2013
Electronic and Information Technology (EIT) accessibility Standards developed
by the
U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2).
The
Technical Standards and their reference numbers are as follows: 1194.21
Software
applications and operating systems.
1194.22 Web-based intranet and internet information and applications.
1194.23 Telecommunications products. 1194.24 Video and multimedia products.
1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
Contract Specialist