N66001-15-T-7662 DUE: May 28, 2015
SMALL BUSINESS SET ASIDE/BRAND NAME
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. This solicitation is being issued
as a Request for Quotation (RFQ). 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-7662. This
requirement is for brand name, set-aside for small business, NAICS code is
334112 and business 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.
SSC Pacific has a requirement for NSA certified safes for protection of Siprnet
Equipment. These afes must be an inconspicuous solution for a high traffic
space to process classified data in an unclassified space. The brand name or
equal Information Processing Safes (IPS) must have the following salient
characteristics:
1. Must be at least NSA Class 5 IPS Secutiry Container.
2. Must meet HE GSA Class 5 protection criteira, as specified under federal
specification AA-C-2786, AA-F-358H and FF-L-2740.
3. Two (2) IPS containers with deminsions of (at a minimum): 72" W X 36" H X
32" D, weighing not more than 885 ponds empty with support to hold additional
network equipment.
4. IPS containers must have bi-directional power filter(s) and at least
fourteen
(14) rack units of space.
5. Furniture must be crafted with professional executive office quality
design,
material and include full color matching for furniture in place.
6. Furniture must be built with a flat bottom to evenly distribute weight and
must not be of four-peg leg desk design.
7. Additional required features include access for IPS container from right
cabinet end and pull out keyboard/mouse shelf behind top drawer with keylock.
8. Inside delivery including:
Delivery to Commander, Fleet Activities Yokosuka, Japan
Delivery guarantee to preserve integrity of furniture from
manufacturer to site for installation
Onsite delivery by manufacturer's authorized representative
Onsite assembly, installation, set-up, rubish removal (including
furniture in place)
System testing to ensure functionality of system
Quote Brand Name Do Not Substitute
"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. "
All tangible items with a unit cost of $5,000.00 and over in reference to DFARS
252.211-7003, Item Identification & Valuation must have a UID label. If
charging for labels they must be listed on the quote as a separate line item.
Please see attached file titled "N66001-15-T-7662 SCIFC-in-a-Box." for a
complete line item listing. Please quote in line item sequence.
NOTE: "Vendor must provide at time of submission of quote their Trusted
Systems 'trusted resellers' documentation supporting that the items are
actually coming from that OEM, i.e., certification, letter or copy of invoice.
Failure to provide such proof will be treated as non-responsive and your quote
will not be considered for award."
Vendors: make sure you reference the following information in the quote:
a. DUN & Bradstreet number
b. CAGE Code
c. Business size
d. Requested inside delivery date: Not later than Aug 7, 2015
e. RFQ Number: N66001-15-T-77662
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular (FAC) 2005-81, Effective 04/10/2015 and Defense
Federal Acquisition Regulation Supplement (DFARS), Defense Publication Notice
(DPN) 20150326, Effective 26 Mar 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 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items applies to acquisition and
includes:
FAR Clause 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 DFAR S 252.212-7000 Offeror
Representations and Certifications Commercial Item 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.
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.204-99, System for Award Management Registration (Deviation)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31
U.S.C. 6101 note)
52.214-3, Amendments to Invitations for Bids
52.214-4, False Statements and Bids
52.214-5, Submission of Bids
52.214-6, Explanation to Prospective Bidders
52.214-7, Late Submissions, Modifications, and Withdrawals of Bids
52.219-6, Notice of Total Small Business Set-Aside
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)
52.222-3, Convict Labor (E.O. 11755)
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
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)
52.233-3, Protest After Award (31 U.S.C. 3553)
52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78)
DFAR Clause 252.204-7000, Disclosure of Information, 252.204-7012,
Safeguarding of Unclassified Controlled Technical Information, 252-204-7001,
Commercial and Government Entity (CAGE) Code Reporting and 252.211-7003,
Item Unique Identification and Valuation (applies to items over $5K)
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)
252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010)
(FEB 2015)
(a) The Contractor shall not require employees or subcontractors 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.
(b) The Contractor shall notify employees that the prohibitions and
restrictions of any internal confidentiality agreements covered by this clause
are
no longer in effect.
(c) The prohibition in paragraph (a) of this clause 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.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub.
L. 113-235), use of funds appropriated (or otherwise made available) under
that or any other Act may be prohibited, if the Government determines that the
Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the
Contractor fails to perform in accordance with the terms and conditions of the
contract as a result of Government action under this
clause. (End
of clause)
This RFQ closes on April 6, 2015 at 1:00 PM, Pacific Time. Questions and
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-7453. E-mail quotes will not be accepted. For e-
Commerce technical issues, please contact the SPAWAR Paperless Initiatives
Help Desk at 858-537-0644 or paperless.spawar@navy.mil.
The point of contact for this solicitation is Sonja Stevenson at
sonja.stevenson@navy.mill. Please include RFQ N66001-15-T-7453 on all
inquiries.
All responding vendors must have a completed registration in 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 - Sonja L Stevenson, Contract Specialist, 619-553-4511; BELINDA SANTOS, Contracting Officer, 619-553-4502
Contract Specialist