SOLICITATION NOTICE
70 -- SPIRENT - Brand Name Requirement
- Notice Date
- 8/2/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152
- Solicitation Number
- N66001-19-Q-6588
- Response Due
- 8/9/2019
- Archive Date
- 9/8/2019
- Point of Contact
- Point of Contact - KRISTEN N SMITH, Contract Specialist, 6195533292; Stephen Enokida, Contracting Officer, 619-553-5764
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 19-Q-6588. This is a Brand Name Only requirement as approved in the attached Justification for Non-Competitive Procurement (JNCP). Quotes are being accepted from authorized resellers. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire Brand Name Only products manufactured by Dell. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities or from non-authorized resellers. Anticipated contract line items are as follows: ITEM 0001 Brand Name: SPIRENT Description: SPIRENT FX2 1G ETHERNET SFP 12-PORT Part Number: FX2-1G-S12 Qty/Unit of Issue: 1 Each ITEM 0002 Brand Name: SPIRENT Description: SPIRENT TEST CENTER FACTORY WARRANTY Part Number: SVC-1001STC Qty/Unit of Issue: 1 Each ITEM 0003 Brand Name: SPIRENT Description: SPIRENT TEST CENTER PRIORITY PLUS SUPPORT, 1 YEAR Part Number: SVC-1015ST-R Qty/Unit of Issue: 1 Each ITEM 0004 Description: UID Tags IAW DFARS Note: UID Labels are required on all Items with a unit cost of $5,000.00 or more per DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item. Qty/Unit of Issue: 1 Each *Do not include CLIN 0004 in your quote if the UID tag is already included in the price of the applicable line item. Unless the vendor quotes a separate line for UID tags, the Government will assume they are included in the unit price and the resulting order will be issued accordingly. * If Item 0002, 0003, or 0004 are provided at no cost as part of Item 0001, this shall be stated in the quote and "$0.00" shall be quoted for the line item. * Shipping charges shall be included in the price of the item; do not separately quote a charge for shipping. *Counterfeit IT Certification: The following IT related statement applies to line items 0001 through 0003: In submitting a quote, the quoter/contractor certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror/contractor further certifies that it is authorized by the manufacturer to sell the product(s). By submitting a quote, the quoter acknowledges that a no cost cancellation or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products 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. SHIPPING The expected delivery date is 30 days ARO Free on Board (FOB) Destination pricing to the following shipping address: NIWC PACIFIC 4297 Pacific Highway Bldg OT7 San Diego, CA 92110 DUE DATE AND SUBMISSION INFORMATION RFQ Due Date and Submission Requirements: This RFQ closes on 09 August 2019, 1600 hours, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6588. E-mail quotes and late quotes will generally not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the NAVWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Kristen Smith at kristen.n.smith@navy.mil. Reference RFQ# N66001-19-Q-6588 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Brand Name Justification The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Aug 2018) (Deviation 2018-O00018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The applicable NAICS code is 334112. The small business size standard is 1250 employees. (b) Submission of quotations. You must submit your quotation electronically by uploading it to the NIWC e-commerce website at https://e-commerce.sscno.nmci.navy.mil under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6588. As a minimum, your quotation must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (Oct 2018)Alternate I (Oct 2014) (see paragraph (b) of the provision for those representations and certifications that you must complete electronically); and (9) Acknowledgment of solicitation amendments. (c) Reserved. (d) Product samples. Not applicable. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. We will evaluate each quotation that you submit separately. (f) Submission Deadline. (1)You are responsible for submitting your quotation by 16:00 Pacific Time on August 9, 2019 (submission deadline) (2) We will consider your quotation if we receive it by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) In the event that an emergency or unanticipated event interrupts our normal processes so that we cannot receive your quotation prior to the submission deadline, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first workday on which our normal processes resume. (g) Issuance of purchase order. We intend to award a purchase order to you if you have quoted the lowest price and your quoted product meets the technical requirements of this solicitation. However, we may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to: GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier - Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro-purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. By submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. (1) Subparagraph (m)(2) below incorporates solicitation provisions by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. These provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of these provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following solicitation provisions are incorporated by reference: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.212-3 Offeror Representations and CertificationsCommercial Items Alternate I (Oct 2018) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Jun 2008) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7007 Alternate A, Annual Representations and Certifications (Jun 2019) 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of addendum) Addendum to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation, who is registered with Wide Area Work Flow (WAWF), and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I Technical Acceptability: The Government will evaluate the quote to verify if the proposed items meet the required characteristics provided in the line item descriptions. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. (End of addendum) The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2018) applies to this acquisition. An addendum to the clause adding paragraphs (w) and (x) is shown below. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONSCOMMERCIAL ITEMS (w) Clauses Incorporated by Reference. (1) Subparagraph (w)(2) below incorporates one or more clauses by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. Also, you may access the full text of a clause electronically at these addresses: Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following clauses are incorporated by reference: 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7007 Alternate A, Annual Representations and Certifications (Jun 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017) 252.225-7036 Alt I, Buy American-Free Trade Agreements-Balance of Payments Program- Alternate I (Dec 2017) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7008 Sources of Electronic Parts (May 2019) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) (x) Authorized Deviations in Clauses (1) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (2) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of addendum) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items (Oct 2018), applies to this acquisition. The following clauses cited in the clause are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-6, Notice of Total Small Business Aside (Nov 2011)Alternate I (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20190628. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-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/notices/959f55f5b194f7ba34cc18893ba4fef2)
- Record
- SN05391229-F 20190804/190802230043 (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 |