Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2019 FBO #6266
MODIFICATION

D -- Juniper Care NextDay Support for CTP20024

Notice Date
1/17/2019
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0073
 
Response Due
1/23/2019
 
Archive Date
2/7/2019
 
Point of Contact
Nelson J. Arias 619-556-9532
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N0024419Q0073. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, Effective 26 September 2018 and DFARS-DPN 20180928. This solicitation is issued as a full and open competition. NAICS Code 541519 Other Computer Related Services is applicable and business size is 150 employees and will close the 23rd of January 2019. ************************************************************************** Line Item 0001: Juniper Care NextDay Support for CTP2024 in accordance with the attached statement of work. Period of performance: 5 December 2018 through 4 December 2019. Qty. 16 Each Line Item 1001 (Option Item): Juniper Care NextDay Support for CTP2024 in accordance with the attached statement of work. Period of performance: 5 December 2019 through 4 December 2020. Qty. 16 Each Line Item 2001 (Option Item): Juniper Care NextDay Support for CTP2024 in accordance with the attached statement of work. Period of performance: 5 December 2020 through 4 December 2021. Qty. 16 Each Line Item 1002: Juniper Government Network Support Service in accordance with the attached statement of work. Period of performance: 5 December 2018 through 4 December 2019. Qty. 1 Each Line Item 2002 (Option Item): Juniper Government Network Support Service in accordance with the attached statement of work. Period of performance: 5 December 2019 through 4 December 2020. Qty. 1 Each Line Item 3002 (Option Item): Juniper Government Network Support Service in accordance with the attached statement of work. Period of performance: 5 December 2020 through 4 December 2021. Qty. 1 Each FOB Destination. Inspection and acceptance will be made at Destination by the Government at Point Mugu, CA 93042 Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. Statement of Work Juniper Care NextDay Support for CTP2024 Juniper Government Network Support Background Naval Satellite Operations Center (NAVSOC) in Point Magu, CA is responsible for the operations and maintenance of Military Satellite Communications (MILSATCOM) constellations; specifically, Ultra-High Frequency UHF) Follow-On (UFO), Fleet Satellite (FLTSAT), POLAR satellites, and Mobile User Object System (MUOS). These satellite constellations are operated via the Integrated Satellite Control System (ISCS). NAVSOC utilizes various IT hardware, software, and service support contracts to continue operations and the Juniper hardware maintenance includes hardware, firmware, and software support and patches required to keep systems compliant with relevant security updates and fixes. The NAVSOC satellite ground system currently uses Juniper Circuit to Packet (CTP) equipment as time division multiplexers. This Juniper equipment was procured in FY18 as a direct replacement for aging TIMPLEX time-division multiplexers that were no longer supported under maintenance. The proposed requirement is to acquire maintenance from Juniper Networks. Requirement This requirement will be a base, along with two option years for a total of three years. No. Manufacturer Mfg Part Description Qty Unit 1 Juniper Juniper Care NextDay Support for CTP2024 Contact Contract Holder for Authorized Reseller Partners 16 Each 2 Juniper Juniper Government Network Support Service 1 3 Juniper Option 1: Juniper Care NextDay Support for CTP2024 Contact Contract Holder for Authorized Reseller Partners 16 4 Juniper Option 1: Juniper Government Network Support Service 1 5 Juniper Option 2: Juniper Care NextDay Support for CTP2024 Contact Contract Holder for Authorized Reseller Partners 16 6 Juniper Option 2: Juniper Government Network Support Service 1 Serial Numbers: ABDT5284, ABDT5285, ABDT5286, ABDT5287, ABDT5293, ABDT5295, ABDJ5043, ABDK5119, ABDL9860, ABDL9861, ABDL9862, ABDL9863, ABDL9864, ABDP6804, ABDP6805, ABDT5275. Vendor shall be a Juniper Federal Authorized Partner as of the date of submission for their offer. The vendor shall have the certification/ specialization level required by Juniper to support both the product sale and product pricing, in accordance with applicable Juniper certification/ specialization requirements. Unless otherwise specified, vendor shall warrant that the products are new and original in box/ download. The vendor confirms to have sourced all Juniper products submitted in this offer from Juniper or through Juniper authorized channels only, in accordance with all applicable laws and current Juniper applicable policies at the time of purchase. Vendor shall provide buyer with a copy of the end user license agreement, and shall warrant that all Juniper software is licensed originally to buyer as the original licensee authorized to use the Juniper software. The Government intends to verify that the Offeror is a Juniper authorized partner. Offers submitted for other than Juniper authorized partners will not be considered. Delivery Keith Groves Naval Satellite Operations Center 661 13th Street, Bldg 375 Point Mugu NAWC, CA 93042 End Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to nelson.arias@navy.mil received no later than 09:00AM (PST) on 23rd of January 2019. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-10 Reporting Subcontract Awards. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation of Commercial Items FAR 52.212-3 Offeror Reps and Certs FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items. FAR 52.217-6 Option for Increased Quantity 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers w/ Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-18 Availability of Funds FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.o.b. Destination applies DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) DFARS 252.225-7001 Buy American and Balance of Payments Program ”Basic DFARS 252.227-7015 Technical Data--Commercial Items DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7008 Sources of Electronic Parts REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 “ 3rd floor, San Diego, CA 92136. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractor ™s should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. End of Clauses/Provisions. Quotation information may be submitted via email. Submit responses to: nelson.arias@navy.mil. Reference solicitation number: N0024419Q0073 on all documents and requests for information. Quotes must be received no later than 09:00 (PST) on 23rd of January 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0073/listing.html)
 
Place of Performance
Address: Naval Satellite Operations Center 661 13th Street, Bldg 375, Point Mugu, CA
Zip Code: 93042
Country: US
 
Record
SN05197803-F 20190119/190117230045 (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.