Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

58 -- Riverbed Brand Name Wide Area Network Accelerator Equipment

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
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
N66001-14-T-0212
 
Response Due
9/23/2014
 
Archive Date
10/23/2014
 
Point of Contact
Point of Contact - Cedric C Cunningham, Contract Specialist, 619-553-4530; Matthew T Schupbach, Contracting Officer, 619-553-1481
 
E-Mail Address
Contract Specialist
(cedric.cunningham@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Space and Naval Warfare Systems Center Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-14-T-0212. This requirement is 100% set- aside for small business. The NAICS code is 334210 and the business size standard is 1,000 employees. This is a brand name requirement for Riverbed Steelhead licenses, hardware, and maintenance. No substitute will meet the requirements. See attached brand name justification. To be considered for award, the offeror certifies that the products being offered are original, new and Trade Agreements Act (TAA) compliant products, and that the subject products are eligible for all manufacturer (Riverbed) 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). 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. ITEM 0001: License Steelhead CXA 5055-H, 400Mbps, 25k conn, PART # LIC- CXA-5055-H, Quantity = 2. ITEM 0002: Steelhead CXA 5055 B010 with RiOS, PART # CXA-05055-B010, Quantity = 2. ITEM 0003: Steelhead CXA 5055 Gold Support, PART # MNT-GLD-CXA-05055, Quantity = 2. Note: Offerors must submit a quote for all items listed above, in the exact quantities required, to be determined technically acceptable and eligible for award. Basis for award: The government anticipates awarding a firm-fixed-price contract. This is a lowest price, technically acceptable (LPTA) procurement, i.e. the small business offeror that submits the lowest price quote meeting the requirements in this solicitation will receive the award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76 (8/25/2014) and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notices, DPN (8/28/2014). 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 or https://acquistion.gov/far/. The following provisions apply to this acquisition: FAR 52.204-7, System for Award Management, FAR 52.212-1, Instructions to OfferorsCommercial Items (Apr 2014); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (May 2014); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; and DFARS 252.225-7000, Buy American Balance of Payments Program Certificate. The following clauses, incorporated by reference, apply to this acquisition: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition, FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (and Deviation) applies to this acquisition and includes: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), Alternate I (Oct 1995); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2014); 52.222-21, Prohibition on Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013); and FAR 52.239-1, Privacy or Security Safeguards (Aug 1996). DFARS 252.225-7001 Buy American and Balance of Payments Program applies to this acquisition. The following FAR clauses apply to this acquisition: FAR 52.203-3, Gratuities (APR 1984); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and 252.247-7023, Transportation of Supplies by Sea. This RFQ closes on 23 SEP 2014 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/ N66001-14-T-0212. The point of contact for this solicitation is Cedric Cunningham at cedric.cunningham@navy.mil. Please send questions IN WRITING VIA E-MAIL and include RFQ N66001-14-T-0212 on all inquiries. No telephone questions will be entertained, as the Government will not provide unequal access to information. All responding vendors shall be registered to the System for Award Management (SAM) website prior to award of the contract. Information can be found at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/565bb710824c0bd8c946e58a6c114958)
 
Place of Performance
Address: 53560 Hull Street San Diego, CA
Zip Code: 92152-5001
 
Record
SN03518599-W 20140920/140919000119-565bb710824c0bd8c946e58a6c114958 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.