Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

70 -- Ixia / IxChariot Software 200 Pairs / 920-0003

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-Q-7311
 
Response Due
6/22/2017
 
Archive Date
7/22/2017
 
Point of Contact
Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; David St Cyr, Contracting Officer, 619-553-4474
 
E-Mail Address
Contract Specialist
(sylvia.paguio@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0002 The purpose of this amendment is to include serial numbers/part number for the renewals. All other provisions remain unchanged. Item # "Serial Number" Registration Number Description Family Order # "Warranty P/N" Qty 941-0002-01 XM12-0370168 OPTIXIAXM12-01, Chassis, 12-slot XM form factor Hardware 305188 909-0509 1 922-0001 4329-D50D-745B-99D0 FRAMEWORK (IxServer), IXOS SOFTWARE, NODE-LOCKED, SINGLE USER LICENSE Software 305188 909-0506 1 930-2004 6DFD-1E20-5A66-3856 IxNetwork, Optional Software, Multicast Emulation Software 307809 909-0505 1 925-3320 F8E1-EE96-FACA-4F76 IXLOAD-B2, Data-Video-Voice Software Bundle Software 305188 909-0505 1 930-2022 C51E-4DC0-7A43-11FE IxNetwork, Optional Sftw, RFC 2544,Custom Integrated Tests Software 305188 909-0505 1 930-2001 1F66-1C6A-D97F-4D78 IxNetwork IPv4 Routing Protocols SW Bundle Software 305188 909-0505 1 930-1999 0CA6-497E-56B1-88EB IxNetwork, Base SW, Layer 2-3 Performance Test Application Software 305188 909-0505 1 ******************************************************************** AMENDMENT 0001 The purpose of this amendment is to extend the solicitation closing date to June 22, 2017. All other provisions of the solicitation remain unchanged. ********************************************************************AM 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. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-17-Q-7311. This requirement is set-aside for small businesses, NAICS code is 511210 and the size standard is 38.5. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. CLIN 0001 MAINTENANCE RENEWAL MFR: IXIA MFR: PART # 909-0506 DESCRIPTION: NTS EXTENDED MAINTENANCE FOR SOFTWARE PRODUCTS. QTY: 1 LOT CLIN 0002: IMAINTENANCE RENEWAL MFR: IXIA MFR: PART: 909-0506 DESCRIPTION: NTS EXTENDED MAINTENANCE RENEWAL FOR IXOS CORE SOFTWARE. QTY: 1 LOT CLIN 0003 IXIA HARDWARE RENEWAL MFR: IXIA MFR: PART #: 909-0509 DESCRIPTION: NTS BASIC EXTENDED WARRANTY RENEWAL FOR IXIA HARDWARE PRODUCTS. QTY: 1 LOT Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size/ NAICS Code: d. RFQ Number N66001-17-Q-7311 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination. Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Active CAGE Code c. Business size/ NAICS code d. Terms of payment: Net 30days e. Request delivery date: Availability of items after receipt of order ARO f. RFQ Number: N66001-17-Q-7311 g. Preferred method of shipping: FOB Destination h. Point of contact information and shipping cost info lead time. i. Warranty Information Ship to Address: SPAWAR Systems Center 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 2005-95 (01/19/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), December 22, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. 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 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 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. This RFQ closes June 8, 2017 at 10:00 A. M. Pacific Standard Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-Q- 7311. 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 point of contact for this solicitation is Sylvia Paguio at Sylvia.paguio@navy.mil. Please include RFQ N66001-17-Q-7311 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, CAGE Code and Federal Tax ID Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c184a4331c84c25bf99624defd8e5f70)
 
Record
SN04546197-W 20170617/170615235439-c184a4331c84c25bf99624defd8e5f70 (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.