SOLICITATION NOTICE
70 -- F5 Networks BIG-IP Software Solution.
- Notice Date
- 4/5/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
- ZIP Code
- 00000
- Solicitation Number
- N0010413QQ312
- Response Due
- 4/10/2013
- Archive Date
- 4/10/2013
- Point of Contact
- DEBORAH J. THOMAN 717-605-3522
- Small Business Set-Aside
- N/A
- Description
- This Request for Quote (RFQ), N00104-13-Q-Q312, is for information technology, (IT) software solution prepared in accordance with the procedures in FAR 13, Simplified Acquisition Procedures and supplemented with additional information included in this notice. This announcement constitutes the only RFQ. The IT solution shall be shipped to the Portsmouth Naval Shipyard located in Portsmouth, NH 03804-5000; therefore, FOB destination applies. The RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-66. NAVSUP Weapon Systems Support - Mechanicsburg intends to solicit on a F5 Networks Brand Name basis for the BIG-IP IT software solution. All vendors participating shall be a F5 Networks authorized reseller; please provide proof of authorization with your quote submission. The brand name justification is provided as an attachment. This RFQ is issued on an unrestricted basis. The North American Industrial Classification System number is 511210 and the Size Standard is $25M. Award will be Firm-Fixed Price (FFP) and the evaluation will be based on the Lowest Price Technically Acceptable offer. The vendor shall quote ALL items to be eligible for award. Please see attached excel spreadsheet marked requirements page. Please use this spreadsheet as a pricing tool. This requirement is Open Market. Quotes against GSA or other pre-existing contractual vehicles are NOT acceptable. Vendor quotes are due by 5:00 P.M, Eastern, 10 Apr 2013, and shall be valid for 60 days. The Point of Contact for this requirement is Deborah Thoman; 717-605-3522; Deborah.thoman@navy.mil The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items (a) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012), (a), (b), (d) and (e). This clause will be incorporated by full text in the resultant order. FAR 52.204-7, Required Central Contractor Registration FAR 52.247-34, F.O.B.-Destination DFARS Clause 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012), (a), (b) and (c). This clause will be incorporated by full text in the resultant order. DFARS Clause 252.232-7003 “ Electronic Submission of Payment Requests and Receiving Reports “ Mar 2008 - is hereby incorporated by reference. DFARS Clause 252.232-7006 “ Wide Area WorkFlow Payment Instructions (Jun 2012) - is hereby incorporated by reference and will incorporated by full text in the resultant order. (HA06LN) NAVSUPWSSHA06 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR/RELEASE OF OFFEROR INFORMATION (MAY 2012) NOTE: THIS CLAUSE DOES NOT APPLY TO ANY CONTRACTUAL DOCUMENTS ISSUED BY THE DLA ACTIVITIES IDENTIFIED BY DODAAC SPRMM1 OR SPRPA1 NAVSUP Weapon Systems Support (NAVSUP WSS) may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government ™s AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (see contact information below). The support contractor must provide copies of the executed agreements to the Contracting Officer (PCO) and the Contracting Officer ™s Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the PCO for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP WSS contract. Company: AbilityOne Program Name: Karen Burns Telephone Number: 1-703-310-0462 E-Mail Address: kburns@nib.org
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010413QQ312/listing.html)
- Record
- SN03030053-W 20130407/130405234431-60c7d164c7d146dd097f7f7e3b55cd5f (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 |