This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes only the solicitation. Competitive quotes are
being requested under N66001-15-T-8042. This requirement is set-aside for
small businesses, NAICS code is 334118 and the size standard is 1000
Employees.
Quote Brand NameDo Not Substitute
Item 0001:
MFE Firewall Ent S6032 Appl
MFG: Mcafee
P/N: FEW-S6032G
Qty: 2 Each
Note: UID Labels are required on all equipment with a unit cost of $5,000 or
more per DFARS 252-211-7003, Item Identification & Valuation. If there is a
cost for the UID Label, please quote a separate line item.
Item 0002:
MFE FW Ent S6032 Appl 1 Yr GL+ARMA
MFG: Mcafee
P/N: FWES6032ARMAG
Qty: 2 Lots
Item 0003:
MFE Firewall Ent 10G 6prt SFP+ Net Mod
MFG: Mcafee
P/N: FEW-10G6PNMG
Qty: 2 Each
Item 0004:
MFE Firewall Ent 10 6prt SFP+Net Mode 1 Yr ARMA
MFG: Mcafee
P/N: FWE10G6PNMARMAG
Qty: 2 Lots
Item 0005:
MFE Firewall Ent 10GSR(850nm) Transceiver
MFG: Mcafee
P/N: FEW-10GSRTG
Qty: 12 Each
Item 0006
MFE FW Ent 10G SR (850nm) Trans 1 Yr ARMA
MFG: Mcafee
P/N: FWE10GSRTARMAG
Qty: 12 Lots
NOTE: "Vendor must provide at time of submission of quote their Mcafee
Authorized distributor information (POC, Phone Number) and/or any
documentation supporting that the items are actually coming from that
distributor, i.e. certification, letter or copy of invoice. Failure to provide
such
proof will be treated as non-responsive and your quote(s) will not be
considered for award."
"The statement below applies to CLINS 0001 - 0006
To be considered for award, the offeror certifies that the product(s) being
offered is an original, new and Trade Agreements Act (TAA) compliant product,
and that the subject products are eligible for all manufacturer 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). Offerors are
required
to submit documentation with the offer identifying its supply chain for the
product, and certifying that all products are new, TAA compliant, and in their
original packaging. 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. "
Basis for award: The government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest priced technically acceptable
quote.
Quotes will be evaluated on an "all or none" basis.
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. Requested delivery date: 30 Days or sooner ARO
e. RFQ Number N66001-15-T-8042
f. Preferred method of shipment: F.O.B. Destination
Ship to Address:
SPAWAR Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-80 (03/2/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), Fedruary 26, 2015. 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.
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract Terms and Conditions Commercial Items, incorporated by reference,
applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and
Certifications -- Commercial Items and DFARS 252.212-7000 Offeror
Representations and Certifications--Commercial Items applies to this
acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or Executive Orders, 52.219-6, Notice of Total Small Business Set-
Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor
Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21,
Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity
(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (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 TransferCentral Contractor Registration (31 U.S.C. 3332), 52.212-5
Contract Terms and Conditions Required to Implement Statutes or Executive
OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-
99, System for Award Management Registration (Deviation), 52.222-36,
Affirmative Action for Workers with Disabilities, 52.204-2, Security
Requirements, 2012-00007 Class Deviation- Representation Regarding
Conviction of a Felony Criminal Violation under any Federal or State Law,
DFARS 252.211-7003, Item Unique Identification and Valuation.
252.203-7998 Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality AgreementsRepresentation. (DEVIATION 2015-
O0010) (FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub.
L. 113-235), Government agencies are not permitted to use funds appropriated
(or otherwise made available) under that or any other Act for contracts with an
entity that requires employees or subcontractors of such entity seeking to
report fraud, waste, or abuse to sign internal confidentiality agreements or
statements prohibiting or otherwise restricting such employees or contactors
from lawfully reporting such waste, fraud, or abuse to a designated
investigative or law enforcement representative of a Federal department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements applicable to Standard Form 312, Form 4414, or any other form
issued by a Federal department or agency governing the nondisclosure of
classified information.
(c) Representation. By submission of its offer, the Offeror represents that
it
does not require employees or subcontractors of such entity seeking to report
fraud, waste, or abuse to sign or comply with internal confidentiality
agreements or statements prohibiting or otherwise restricting such employees
or contactors from lawfully reporting such waste, fraud, or abuse to a
designated investigative or law enforcement representative of a Federal
department or agency authorized to receive such information.
(End of provision)
This RFQ closes on March 26, 2015 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/N66001-15-T-8042.
The point of contact for this solicitation is Russell McCullough at
[email protected]. Please include RFQ N66001-15-T-8042 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Bid Protests Not Available