Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
MODIFICATION

70 -- ONE WAY DATA DIODE

Notice Date
8/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-8300
 
Response Due
8/20/2015
 
Archive Date
9/19/2015
 
Point of Contact
Point of Contact - AURORA VARGAS, Contract Specialist, 619-553-0901; Jeannette L Perez, Contracting Officer, 619-553-7918
 
E-Mail Address
Contract Specialist
(aurora.vargas@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 - 8/17/2015 The purpose of this amendment is to incorporate questions and answers related to the purchase of the One-Way Data Diode as follows: 1. Item #1 states: The device shall be 1U or less in size in a 19" rack. Question: Is size restriction applied to quantity (1) of a One-Way CDS, encompassing the entirety of the solution? Is this to include the diode device itself? Answer: Size restriction is applied to quantity (1) of the CDS, encompassing the entire solution (including diode device). 2. Question: It seems like this is part of a larger system, is it possible to run an application on an existing platform? Or does the CDS need to be completely stand-alone? Answer: Unfortunately the existing platforms are not available for installation of additional software. The CDS must be completely standalone. 3. What protocols need to be sent through the diode? The protocols that will be sent through the diode are UDP data to Include custom point-to-point data formats and pulse descriptor word data in UDP. Other UDP data includes OTH-Gold. 4. Can you please clarify line item 9 of the specs? 9. The device or a device that shares the body of evidence for re-use shall be listed on the Unified Cross Domain Services Management Office Baseline list for Transfer Type CDSs. Answer: For line #9: The Unified Cross Domain Services Management Office (UCDSMO) maintains a baseline list of products that have undergone at least some level of certification. The list includes different types of CDSs, for example, File Transfer, Transfer, Email, etc. This line item serves to ensure that any product has been through certification as a transfer type CDS resulting in a body of evidence that can be reused to simplify the granting of an authority to operate/authority to connect of a CDS in an operational (not test) environment. The solicitation due date remains unchanged. *************************************************************** 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-8300. This requirement is set-aside for small businesses, NAICS code is 334118 and the size standard is 1000 employees. To be considered for award, the offeror certifies that the product 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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). 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 U.S., or that the product is in some manner not TAA compliant." Requesting quotations for four (4) each One-Way Cross Domain Solution (CDS) per the following government minimum specifications, UID labels are required. Size: 1. The device shall be 1U or less in size in a 19" rack. 2. The device, exclusive of connectors, shall not be more than 15" deep. Functionality: 3. The device shall support one-way TCP and UDP unicast from the input-side to the output-side. 4. The device shall support at least 25Mbps throughput. 5. The device shall include audit capabilities 6. The device shall enforce data transfer in a single direction only. 7. The device shall provide standard RJ45 Ethernet connections for input-side & output-side data connectivity. Approvals & Certifications: 8. The device shall be certified to Common Criteria EAL-4 or higher. 9. The device or a device that shares the body of evidence for re-use shall be listed on the Unified Cross Domain Services Management Office Baseline list for Transfer Type CDSs. Warranty/Servicing: 10. The device shall come with one (1) year Hardware Warranty. 11. The device shall come with one (1) year Software Updates. NOTE: QUOTES MUST BE UPLOADED IN THE SPAWAR E-COMMERCE WEBSITE TO BE CONSIDERED. Basis for award: The government anticipates awarding a firm-fixed price purchase order to the lowest bidder, technically acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-83, Effective 03 Aug 2015 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20150626 (Effective 26 June 2015) Edition. 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. Current FAR & DFAR. The provision 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 DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items are in the e-Commerce website at https://e- commerce.sscno.nmci.navy.mil/. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (31 U.S.C. 3553), 52.233-4, 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), 52.211-6 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), 52.214-6, Explanation of Prospective Bidders, 52.214-7 Late Submissions, Modifications and Withdrawals of Bids. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Deviation apply to this acquisition and includes 52.203-3, Gratuities (10 U.S.C. 2207), 252.225- 7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), 252.232- 7003, Electronic Submission of Payment Requests and Receiving Reports (10 U.S.C. 2227) DFARS Clause 252.204-7001,Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k, UID label required) DFARS 252.204-7000 (Disclosure of Information) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 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. 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS.(DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors 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. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause 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. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. This RFQ closes on August 20th 2015 at 02:00 P.M. Pacific Standard Time (PST). 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-8300 The point of contact for this solicitation is Aurora Vargas, aurora.vargas@navy.mil Please include RFQ N66001-15-T-8300 on all inquiries. Phone or fax quotes will not be considered. All responding vendors must be registered to the System for Award Management (SAM) Website prior to award of conduct. Information can be found at https://www.sam/gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cfe9e2f247b2329ced09ee2138b313bb)
 
Record
SN03841135-W 20150819/150817234523-cfe9e2f247b2329ced09ee2138b313bb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.