Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

70 -- Copper Aggregator and Mount

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-T-7746
 
Response Due
8/16/2016
 
Archive Date
9/15/2016
 
Point of Contact
Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Cindy J Ledesma, Contracting Officer, 619-553-9311
 
E-Mail Address
Contract Specialist
(rebeca.holguin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ: N66001-16-T-7746 Issue Date: 12 August 2016 SPAWAR SSC PACIFIC CONTRACTING CODE 22220 REQUEST FOR QUOTE INFORMATION SHEET Informal RFQ Number/Purchase Request Number: N66001-16-T-7746/ 1300585326 PROJECT: SupplyCopper Aggregator and Mount RFQ CLOSE DATE: 11:00 A.M. PST ON Tuesday, 16 August 2016 REQUIRED DELIVERY DATE: 30 Days ARO Upon completion of this quote, please email your response to rebeca.holguin@navy.mil This procurement is 100% set aside for small business under North American Industry Classification System (NAICS) Code 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing. Small businesses under this NAICS Code are those employing no more than 1,000 Employees. Any quote that is submitted by a contractor that is not Small Business under NAICS Code 334118 will not be considered for award. Contractors bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The contractor bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. The Government will award a Firm Fixed Price Contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable. A complete quote must be received for consideration. A complete quote is completion and submissions of items 1-5 provided below. Evaluation Criteria will be based on: Lowest Price Technically Acceptable (LPTA): The Government intends to award a contract to the lowest priced, technically acceptable contractor, who is registered with Wide Area Work Flow and System for Award Management; 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 detailed below in item #4 below. 1. CONTRACTOR INFORMATION To be eligible for award under this Request for Quotation (RFQ), contractors must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/ and must furnish DUNS Number, Cage Code and Federal Tax ID Number. Failure to submit the required information may result in your quotation being considered non-responsive. COMPANY NAME: ___________________________________________________________ ADDRESS: __________________________________________________________________ CITY: _________________________________ STATE: ____________ ZIP: ______________ DUNS NO: _____________________________ CAGE CODE: ______________________________ FEDERAL TAX ID NUMBER: _______________ FSC: _______________SIC: _____________ NAME AND TITLE OF QUOTER: _____________________________________________________ PHONE NUMBER: _________________E-MAIL ADDRESS: ________________________________ BUSINESS SIZE STATUS: _________________________ PRIMARY NAICS: __________________ 2. OTHER GENERAL INFORMATION (if applicable) - Please indicate the following: a) Are you quoting from a GSA contract? __________ YES __________NO GSA Contract No. (If Applicable): ____________________________________________ GSA Contract Expiration Date: ____________________________________________ GSA Schedule / Special Item Number (SIN) _____________________________________ b) Prompt Payment Terms/Discount Terms: ____________________________________________ c) Proposed delivery time (days): ____________________________________________ d) Estimated total weight of order: ____________________________________________ 3. SUSTAINABLE ACQUISITIONS CERTIFICATION: The contractor shall comply with all sustainable acquisition policies, which apply to both contracts for supplies and contracts for services that require the delivery, use, or furnishing of products. See FAR Part 23. The contractor shall comply with all changes to sustainable acquisition policies (e.g. addition of USDAdesignated items), and such compliance will not be grounds for contract modification or equitable adjustment. Please certify below by listing the product and checking each applicable sustainable acquisition category in which the product falls under. PRODUCT ENERGY EFFICIENT WATER EFFICIENT RECYCLED BIO-BASED ENV. PREFERABLE NON OZONE DEPLETING LESS TOXIC LESS GHGs Please describe how your products/services will meet aforementioned sustainable acquisition goals: _______________________________________________________________________ _______________________________________________________________________ _______________________________________________________________________ _____ Our aims and objectives are to: Minimize our environmental impact and deliver community benefits through better selection and improved usage of products and services; Foster innovation in our supply markets to increase the availability and effectiveness of sustainable solutions that meet our organizational requirements; Encourage our suppliers to adopt practices that minimize their environmental impact and deliver community benefits in relation to their own operations and throughout the supply chains in which they operate; Work in partnership with suppliers to achieve our common goals and continually improve performance over time; 4. TECHNICAL ACCEPTABILTY DOCUMENTATION REQUIRED: Provide specification sheets for the item proposed demonstrating all salient characteristics are met as listed in the table below for CLIN 0001 and 0002. Government specification and requirements for N66001-16-T-7746 are as follows: CLIN 0001 Copper Aggregator Copper 10/100/1000 Aggregator nTAP-Dual Analyzer Outputs-1G Buffer CLIN 0001 1U Rack Mount Panel Allows up to 3 copper or optical nTAPs to be rack mounted. 5. QUOTED PRICE: QUOTE BRAND NAME - DO NOT SUBSTITUTE CLIN Description Quantity Unit of issue Per Unit Price Extended Price 0001 Supply: Copper Aggregator in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: Viavi Solutions _________ Part Number: _ TAC1024-K _______________ Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 10 Each 0002 Supply: 1U Rack Mount Panel in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: Viavi Solutions _________ Part Number: _ TCRM-K _______________ Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 4 Each *Note: A complete ship to address will be provided at contract award. Provide the terms and length of the Workmanship Warranty_______________________________________________________ _______________________________________________________________________ _________________________________ Provide the terms and length of the Manufacturer/Product Warranty________________________________________________ _______________________________________________________________________ _________________________________ This solicitation document incorporates standard commercial provisions and clauses for requirements under the Simplified Acquisition Threshold in effect through Federal Acquisition Circular (FAC) 2005-80 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150406. Additional contract clauses may apply in the Terms and Conditions of the award and contractually binding at the time of award. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. In accordance with 52.252-1, Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offer; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95dd8f59939abf0cab309033b6ae8048)
 
Record
SN04221209-W 20160814/160812234308-95dd8f59939abf0cab309033b6ae8048 (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.