SOLICITATION NOTICE
70 -- Netscout nGenious Network Sniffer Appliance with Maintenance - Brand Name Justification
- Notice Date
- 4/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-Q-0050
- Archive Date
- 5/15/2012
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification This acquisition is being restricted to the brand name Netscout Systems, Inc. (Netscout) for the acquisition of sniffer/nGenius appliances and associated maintenance support. Only the Brand Name Netscout will meet the agency's needs. DLA Information Operations at New Cumberland, PA requires Netscout sniffer/nGenius appliances for a DLA Distribution Services warehouse that is being stood up in Djibouti, Africa. DLA Information Operations at New Cumberland, PA requires the following Netscout brand name appliance and support services to stand up the warehouse in Djibouti, Africa: Netscout Part Number Netscout Description Item 1: 2906/GS Netscout Sniffer/nGenius InfiniStream, 2-Port 10/100/1000Base-T, 500 GB Item 2: 2906/GS Supp-MSTC MasterCare Support - 2906/GS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR 13 - Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation SP3300-12-Q-0050 is being issued as a Request for Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-56 effective 02 April 2012 (includes FAC 2005-57 effective 15 March 2012), Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120330 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-31. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is set-aside for Small Business concerns for Netscout appliances and associated support services. The Associated North American Industry Classification System (NAICS) code is 334111 with a small business size standard of 1,000 employees. In order to have an offer considered for award, the contractor must certify itself as a Small Business concern under the NAICS code assigned to this acquisition. Otherwise the offer may be considered non-responsive and not evaluated for award. The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. CLINS Description: Brand Name Netscout Systems, Inc. 2906/GS; Netscout Sniffer/nGenius InfiniStream, 2-port 10/100/1000Base-T, 500GB CLIN 0001: 2906/GS Qty: 1 EA @ Unit Price tiny_mce_marker______ Extended Price tiny_mce_marker________ Description: Brand Name Netscout Systems, Inc. 2906/GS Supp-MSTC; MasterCare Support - 2906/GS Period of Performance: 12 months from date of award Place of Performance: Djibouti Africa CLIN 0002: 2906/GS Support-MSTC Qty: 1 UN @ Unit Price tiny_mce_marker______ Extended Price tiny_mce_marker________ Total Price: tiny_mce_marker________________ Delivery Information: Deliveries of all CLINs are required no later than 2 weeks after award date. Ship to: DLA Distribution Susquehanna, PA New Cumberland, PA 17070 Attachments: Attachment 1: Brand Name Justification Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The preferred method of payment is by Government Purchase Card, but it is not required to be eligible for award. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Pricing for all CLINs (4) Days required to ship complete and have all CLINs delivered to DLA Distribution Susquehanna, PA in New Cumberland, PA 17070. (5) Letter or other documentation from Netscout Systems, Inc. providing evidence as an authorized distributor for Netscout products. (6) If payment by Government Purchase Card without any additional cost or fee to the Government is acceptable, then the offeror is to make a similar or same statement; otherwise, the payment method will be through Defense and Accounting Services (DFAS). (7) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (8) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (9) Self certification as a Small Business Concern based on the NAICS associated with this acquisition through the Online Representations and Certifications Application (ORCA) or through the completed provision FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. Evaluation: The Government intends to issue a single award to the lowest priced technically acceptable offeror. Technical acceptability evaluation: (i.) Certification as a Small Business Concern under the NAICS code assigned to this acquisition. The minimum requirement to be found acceptable is for the offeror to self-certify through ORCA or provision FAR 52.212-3. If the offeror does not provide the self-certifications, the offeror shall be found unsuccessful and may not be further evaluated for award and not be evaluated for price. (iii) Authorized Netscout Systems, Inc. distributor. The minimum requirement to be found technically acceptable as an authorized Netscout distributor is to provide either a letter from Netscout on Netscout letter head stating the offeror is an authorized distributor, or to provide other documentation such as a Netscout web page or other Netscout documentation that demonstrates the offeror is an authorized Netscout reseller/distributor. If the offeror does not provide evidence as an authorized Netscout Systems, Inc. distributor, the contractor may not be further considered for award nor evaluated for price. (iv) Delivery. Offerors will be evaluated in accordance with FAR 52.211-8, Time of Delivery. Any offer not able to ship complete all products in fourteen (14) days or less will not be further considered for award nor be evaluated for price. Price: The Government intends to issue a single firm-fixed price award to the lowest priced technically acceptable offeror on an all or non-basis. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to FAR 52.212-4: FAR 52.211-8 Delivery Time a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE [Contracting Officer insert specific details] ITEM NO.; QUANTITY; WITHIN DAYS AFTER DATE OF CONTRACT CLIN 0001: 2906/GS; QTY: 1; Days: 14 CLIN 0002: 2906/GS Supp-MSTC; Days: 14 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items in paragraph (b) the following clauses apply: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36, Payment by Third Party DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. DFARS 252.232-7010, Levies on Contract Payments DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to Alan.Noble@dla.mil, Request for Quote Number SP3300-12-Q-0050. Pricing and representations/certifications are required NLT 4:00 PM EST 30 APRIL 2012. This information should be submitted to above email address or faxed to 717-770-7591. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0050/listing.html)
- Place of Performance
- Address: DLA Information Operations New Cumberland, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN02721613-W 20120415/120413234725-8913dd3cb5bc2eb64de7593e405cf08d (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 |