Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

70 -- Software Application for 5G Network via TRAFFIC GENERATION (QoE)

Notice Date
7/10/2020 9:43:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6679
 
Response Due
7/21/2020 12:00:00 AM
 
Archive Date
08/05/2020
 
Point of Contact
Adina Conwell
 
E-Mail Address
adina.conwell1@navy.mil
(adina.conwell1@navy.mil)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-20-Q-6679. The North American Industry Classification System (NAICS) code applicable to this acquisition is 511210, Software Publishers and the small business size standard is $41.5 million. This procurement is a total Small Business Set-Aside (SBSA). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire E5G Traffic Generator Software with a set of capabilities in one or more software applications that allow functional and performance testing of a 5G Network via Traffic Generation in order to determine Quality of Experience (QOE). 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. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 5G TRAFFIC GENERATOR 1 Each The expected delivery date is 30 DAYS ARO. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: Naval Information Warfare Center, Pacific, 4297 Pacific Highway, Bldg OT7, San Diego, CA 92110-5000 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government 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 non-responsive 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) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Documentation: a. Technical Approach or Specifications: Technical Approach or Specifications: Government minimum specifications have been chosen by the Technical Point of Contact and are available as an attachment. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted item 0001 to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 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. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: The item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that the product must meet are specified in Attachment 1. PRODUCT DESCRIPTION. Offerors shall provide a quote that identifies items. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an item(s), the product(s) must meet the salient physical, functional, and performance characteristic specified in Attachment PRODUCT DESCRIPTION. To propose an item, offerors shall clearly identify the item by providing in the quote the brand name/manufacturer of the ""equal"" item, the make/model/part number of the ""equal"" item and a website link to the descriptive literature which demonstrates the ""equal"" item meets, at a minimum, the salient characteristics provided in Attachment PRODUCT DESCRIPTION. 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 paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors 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 offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: none Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 16 July 2020 at 09:00AM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6679. Include RFQ# N66001-20-Q-6679 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 21 July 2020 at 09:00AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-20-Q-6679. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Name of Contract Specialist Adina Conwell at adina.conwell1@navy.mil. Reference RFQ# N66001-20-Q-6679 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. PRODUCT DESCRIPTION APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 2020605. 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 https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2019 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); and 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109- 282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (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 Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program�Basic DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System AUG 2016 252.246-7008 Sources of Electronic Parts MAY 2018
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73990f7008e34e859c6af4a4c7c028c4/view)
 
Record
SN05718031-F 20200712/200710230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.