RFQ: N66001-16-T-7735 Issue Date: 15 August 2016
SPAWAR SSC PACIFIC CONTRACTING CODE 22220
REQUEST FOR QUOTE INFORMATION SHEET
Informal RFQ Number/Purchase Request Number: N66001-16-T-7735/ 1300581927
PROJECT: SUPPLY1600 WATTS UPS
RFQ CLOSE DATE: 03:00 P.M. PST ON Wednesday, 18 August 2016
REQUIRED DELIVERY DATE: 30 Days ARO
Upon completion of this quote, please submit your quote to the SPAWAR
e-commerce
website at at https://e-commerce.sscno.nmci.navy.mil under SSC
Pacific/Simplified
Acquisitions/N66001-16-T-7735
All questions must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-16-T-
7735
The point of contact for this solicitation is
[email protected]
This procurement is 100% set aside for small business under North American
Industry
Classification System (NAICS) Code 335999, All Other miscellaneous Electrical
equipment
and component Manufacturing. Small businesses under this NAICS Code are those
employing no more than 500 Employees. Any quote that is submitted by a
contractor
that is not Small Business under NAICS Code 335999 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 - 0006.
Government
specification and requirements for N66001-16-T-7735 are as follows:
CLIN 0001 Black SFP+ 10Gbase-CU Twinax Copper Cable
Fully compliant to MSA SFF-8431 specifications for guaranteed compatibility
with : Qlogic, Emulex, Juniper, Arista, IBM, Dell, Extreme, EMC, Broadcom,
Finisar,
Voltaire and Cisco manufacturer's equipment
Transfer rates of up to 10 Gbps and support for 1x, 2x, 4x and 8x fiber
channel data rates
Hot-Pluggable SFP 20PIN footprint
100 ohm Twinaxial cable with die-cast metal shell connectors and pull-to-
release latching
Infiniband standard SDR (2.5Gbps ), DDR ( 5Gbps ), and QDR ( 10Gbps)
Fibre Channel over Ethernet (FCoE)
Lifetime warranty and RoHS-compliant design
NOTE: Quote Brand name or equal to: Tripp Lite 5M (16 FT.) Black SFP+
10Gbase-CU
Twinax Copper Cable
CLIN 0002 8x8 HDMI Matrix Switch with Fast Switch
HDMI In: 8 x HDMI Type A Female
HDMI Out: 8 x HDMI Type A Female
1 x DB-9 Female Serial Interface
1 x RJ-45 Female Network Interface
IR Input Port: 1 x Mini Stereo Jack Female
Power: 1 x 3-prong AC Socket
LCD: 1 x LCD Module
Power Consumption: 120V: 60W; 230V: 62W
Power Supply: 100-240V; 50-60Hz ; 1.0A
Operating Temp: 0 - 50C; Storage Temp: -20 - 60C; Humidity: 0-80%
RH, Non-condensing
Connects any of 8 HDMI sources to any of 8 HDMI displays
Long Distance Transmission - supports up to 15 m (24 AWG)
HDMI (3D, Deep color); HDCP compatible
Features a built in high-performance scaler function for best image quality
Seamless Switch - provides continuous video streams, real-time switching
and stable signal transmission
EDID Expert technology - selects optimum EDID settings for smooth power-
up and highest quality display
System Operation: -Serial controller,-Browser Graphical User Interface
(GUI) ,-Telnet
Built-in bi-directional RS-232 serial port for high-end system control
Superior video quality - HDTV resolution of 480p, 720p, 1080i and 1080p
(1920 x 1080)
Supports Dolby True HD and DTS HD Master audio
Consumer Electronics Control (CEC) support
Power On Detection - If an HDMI source is powered off the VM5808H
automatically switches to the next powered on source
Supports IR signals for remote control
Firmware Upgradeable
NOTE: Quote Brand name or equal to: ATEN VM5808H 8x8 HDMI Matrix Switch with
Fast
Switch
CLIN 0003 4-Port HDMI Splitter
Connects one HDMI A/V source to four HDMI displays at the same time
Supports high-resolution video - HDTV resolution of 480p, 720p, 1080i and
1080p (1920x1080); VGA, SVGA, SXGA, UXGA (1600x1200), WUXGA (1920x1200)
Cascade distance: Source to Device -1.8m, Device to Device-15m,Device to
Display-20m
Supports 12-bit Deep Color for HDMI formats
Cascadable to 3 levels - provides up to 64 HDMI signals.
Long distance transmission - 65 feet (20 m) (24 AWG HDMI standard cable)
and 50 feet (15 m) (28AWG HDMI standard cable)
DDC compatible
HDMI 1.3b compliant
HDCP 1.1 compliant
Signaling rates up to 2.25Gbits in support of 1080p display
LED indication of display devices
Plug-and-play - no software installation required
5.3 VDC; 2.4A
Input/ Output Connectors: 1 x HDMI (v 1.3b)/ 2x HDMI (v 1.3b)
Per AC Power Inlet, 50/60Hz, 110V-240V
Video Connections : Input/ Output 1 x HDMI (v 1.3b)/ 2x HDMI (v 1.3b)
NOTE: Quote Brand name or equal to: ATEN 4-Port HDMI Splitter VS184A
CLIN 0004 Managed Ethernet Switch
Format: Rackmount
Standards: IEEE 802.3, IEEE 802.3u, IEEE 802.3z, IEEE 802.1D, IEEE
802.1Q, IEEE 802.3ab, IEEE 802.1p, IEEE 802.3af, IEEE 802.3x, IEEE 802.3ad
(LACP),
IEEE 802.1w, IEEE 802.1x, IEEE 802.1s, IEEE 802.1ab (LLDP), IEEE 802.3at
Network Management Type: Managed
Uplink Ports: 2
Uplink Interface: SFP
Primary Ports: 24 x 10/100/1000 (PoE+)
Primary Port Speed: 10/100/1000Mbps
MAC Address Table: 32K
VLAN Support: Yes
Jumbo Frames: 9198
Uplink Speed: 10 Gigabit
Routing Protocol: Static IP routing
Remote Management Protocol: SNMP 1, RMON 1, RMON 2, RMON 3, RMON 9, Telnet,
SNMP 3, SNMP 2c, SSH, CLI
PoE: Yes
Stackable: Yes
SNMP: Yes
QoS: Yes
LACP: Yes
NOTE: Quote Brand name or equal to: CISCO Catalyst 3650 WS-C3650-24TD-L Managed
Ethernet Switch
CLIN 0005 42 Ink Cartridge Black
Cartridge Color: Black
Compatible Products: Canon Inkjet Printers PIXMA Pro-100
Multi pack. Includes one CLI-42 each of Photo Black, Gray, Light Gray, Cyan,
Magenta,
Yellow, Photo Cyan, and Photo Magenta color ink cartridges
NOTE: Quote Brand name or equal to: CANON 6384B008 CLI-42 Ink Cartridge Black
CLIN 0006 1600 Watts UPS
Input Voltage Range: 80 - 150 V
Input Frequency: 50Hz/60 Hz +/- 3 Hz
Output VA Rating: 2170 VA
Watts: 1600 Watts
Output Voltage: 120Vac +/- 5%
Outlets: 8 x NEMA 5-20R Battery & Surge
Battery Run Time: 16 min. runtime at Half Load; 6 min. runtime at Full Load
Battery Recharge Time: 8 Hours
Battery Replaceable: Yes, HR9-12
Interface Port: 2 x RS-232, USB
Rackmountable: 2U
Surge Protection: Data Line Protection: RJ-45 Ethernet /RJ-11 Phone
protection
Surge Energy Rating: 1780 joules
Pure Sinewave waveform and Full Automatic Voltage Regulation (AVR)
technology
The multifunction LCD readout
Energy-Saving Technology
Multifunction LCD readout
Audible Alarms
Resettable Circuit Breaker
NOTE: Quote Brand name or equal to: CyberPower PR2200LCDRT2U 2170 VA 1600 Watts
UPS
5. QUOTED PRICE: Quote Brand Name or Equal
CLIN Description Quantity Unit of issue Per Unit Price Extended
Price
0001
Supply: Black SFP+ 10Gbase-CU Twinax Copper Cable in accordance with
specifications
and requirements listed in item #4 above.
Manufacturer Name: TBD
Part Number: TBD
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: 8x8 HDMI Matrix Switch with Fast Switch
in accordance with specifications and requirements listed in item #4 above.
Manufacturer Name: TBD
Part Number: TBD
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
4 Each
0003
Supply: 4-Port HDMI Splitter in accordance with specifications and
requirements listed in
item #4 above.
Manufacturer Name: TBD
Part Number: TBD
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
10 Each
0004
Supply: Managed Ethernet Switch in accordance with specifications and
requirements
listed in item #4 above.
Manufacturer Name: TBD
Part Number: TBD
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
10 Each
0005
Supply: 42 Ink Cartridge Black in accordance with specifications and
requirements listed
in item #4 above.
Manufacturer Name: TBD
Part Number: TBD
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
10 Each
0006
Supply: 1600 Watts UPS in accordance with specifications and requirements
listed in
item #4 above.
Manufacturer Name: TBD
Part Number: TBD
Attach specification sheet of item quoted.
Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code:
92110-5000*
10 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;
52.211-6, Brand Name or Equal (Aug 1999)
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.
Bid Protests Not Available