Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

59 -- M10iE Router

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-11-T-1027
 
Response Due
9/26/2011
 
Archive Date
10/26/2011
 
Point of Contact
Point of Contact - Lisa Turlington, Contract Specialist, 619-553-5663; Patrick J Donnelly, Contracting Officer, 619-553-7515
 
E-Mail Address
Contract Specialist
(lisa.turlington@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N66001-11-T-1027, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This requirement is a small business set-aside. NAICS 334210 applies with small business size standard of 1,000 employees. The Small Business Competitiveness Demonstration Program is not applicable. SPAWAR Systems Center (SSC) Pacific intends to award a firm fixed-price purchase order for the following material: one (1) fully redundant M10i chassis with 4 GE ports (P/N M10iE-4GE-RE850-US- R-B); two (2) I-port OC-12/STM4 A1M2 IQ PIC, single mode, IR (P/N PE-IOC12-A1M2- SMIR); two (2) SFP OC 12/S1M4 optic module, IR (P/N SFP-OCI2-IR); one (1) 4-port Type 1Gigabit Ethernet Enhanced IQ2 PIC (P/N PE-4GE-TYPEI- SFP-IQ2E); eight (8) SFP lOOOBASE-SX Gigabit Ethernet optic module (P/N SFP-IGErSX); one (1) Tunnel services PIC with PIC ejector (P/N PE-TUNNEL); and one (1) Juniper Care NeJoi-Day service for the M lOi (P/N SVC-ND-M10i). Delivery must be made by 10 October 2011 to the following location: SPAWAR SYSTEMS CENTER RECEIVING OFFICER 4297 PACIFIC HIGHWAY, BLDG 7 SAN DIEGO CA 92110-5000 619-553-1251 FOB: Destination 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://www.acquisition.gov/far/ (End of provision) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.222-20 Walsh-Healey Public Contracts Act OCT 2010 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.204-7008 Export-Controlled Items APR 2010 252.232-7010 Levies on Contract Payments DEC 2006 52.212-1 ADDENDUM 1. Substitute quote for offer and quoter for offeror throughout entire clause 52.212-1. 2. Addenda to paragraph 52.212-1 (b): add: (a) Quoters shall submit their proposals electronically to SPAWAR under the instructions contained in this provision. Quoters shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Quoters submitting electronic proposals (e-proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Quoters are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR Ecommerce Central is https://e- commerce.sscno.nmci.navy.mil. (b) Each electronic file shall also be clearly marked to show the proposal volume number, solicitation number and quoter's name. E-Proposal files shall not contain classified data. The quoter's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, ZIP file entitled "PROPOSAL.ZIP" using WinZip version 6.3 or greater. 52.212-2 Evaluation Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, past performance, and technical. Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items Addendum INVOICING INSTRUCTIONS FOR SUPPLIES, OR SUPPLIES WITH SERVICES INCIDENTAL, USING WIDE AREA WORK FLOW (WAWF) (APR 2009) (a) Invoices for supplies delivered under this purchase order shall be submitted electronically through the Wide Area Work Flow-Receipt and Acceptance (WAWF). The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. (b) The vendor shall have their Cage Code activated by calling 1-866-618-5988 and selecting option 2. Once activated, the vendor shall self-register at the WAWF website at https://wawf.eb.mil. Vendor training is available on the internet at https://wawftraining.eb.mil. WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_eb usiness_solutions/wawf_overview/vendor_information (c) Cost back-up documentation (such as delivery receipts, labor hours & material/travel costs etc.) shall be included and attached to the invoice in WAWF. Attachments created with any Microsoft Office product or Adobe (.pdf files) are attachable to the invoice in WAWF. The total size limit for files per invoice is 5 megabytes. A separate copy shall be sent to the COR/TOM. (d) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable cost back-up documentation supporting payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF shall also be provided to each point of contact identified in section (g) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (e) A separate invoice will be prepared for each delivery order or purchase order. Do not combine the payment claims for supplies provided under this contract ordered through multiple delivery orders within one invoice. (f) The following information is provided for completion and routing of the invoice in WAWF: WAWF Invoice Type * Fixed Price Issuing Office DODAAC N66001 Admin DODAAC N66001 Inspector DODAAC (if applicable) N/A Inspector Contact Information N/A Acceptor, Ship To DODAAC N66001 Acceptor Contact Information N66001 COR Contact Information TBD PAY DODAAC TBD (g) After submitting the document(s) to WAWF, click on "Send More Email Notifications" and add the acceptor/receiver email addresses noted below. The contractor shall, at a minimum, include the COR, Receiver, and Acceptor. This additional notification to the government is necessary to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF: Send Additional Email Notification(s) to: Name Email Phone Role COR Receiver Acceptor Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010; 52.219-28 Post-Award Small Business Program Representation APR 2009; 52.222-19 Child Labor - Cooperation with Authorities and Remedies JUL 2010; 52.222-21 Prohibition of Segregated Facilities FEB 1999; 52.222-26 Equal Opportunity MAR 2007; 52.222-36 Affirmative Action for Workers with Disabilities OCT 2010; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011; 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008; 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration OCT 2003; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relations to Compensation of Former DoD Officials JAN 2009 252.232-7003 Electronic Submission of Payment Requests MAR 2008; 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer SEP 2010 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7023 Alt III MAY 2022
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-11-T-1027/listing.html)
 
Record
SN02574242-W 20110915/110914000345-ad94b0709d464df7902e513b91fb6f87 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.