Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

58 -- N66001-20-Q-6706 - PACSTAR EQUIPMENT

Notice Date
7/16/2020 9:58:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6706
 
Response Due
7/30/2020 12:00:00 AM
 
Archive Date
08/14/2020
 
Point of Contact
Eric V Loia
 
E-Mail Address
eric.loia@navy.mil
(eric.loia@navy.mil)
 
Awardee
null
 
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. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 20-Q-6706. The North American Industry Classification System (NAICS) code applicable to this acquisition is 517911 � Telecommunications Resellers and the small business size standard is 1,500 employees. This procurement is a Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire brand name PacStar equipment in support of Commander U.S. Pacific Fleet, Combined Enterprise Regional Information System Rim of the Pacific's 2020 Exercise. Equipment will be installed at NIWC PAC, Building 998, Technical Development Center, Pearl City, Hawaii. 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. Anticipated contract line items are as follows: 0001 SMALL ROUTER MODULE ""DESCRIPTION: PACSTAR SMALL ROUTER MODULE WHICH INCLUDES THE CISCO ESR 5915 AND ADVANCED IOS. INCLUDES AC/DC BRICK. PART NUMBER: PS441-01 MANUFACTURER: PACSTAR INCLUDES SSPPS441-01-12: STANDARD SERVICE PLAN INCLUDES TOLL-FREE 7 X 24 TECHNICAL PHONE SUPPORT, HARDWARE/FIRMWARE MAINTENANCE, E-MAIL SUPPORT - 1 YEAR. DOES NOT INCLUDE CISCO SMARTNET UNLESS PURCHASED SEPARATELY PACSTAR SMALL ROUTER MODULE WHICH INCLUDES THE CISCO ESR 5915 AND ADVANCED IOS. INCLUDES AC/DC BRICK."" QTY 4 EACH ITEM 0002 SMALL SERVER MODULE DESCRIPTION: 12 CORE XEON D PROCESSOR, 64GB ECC MEMORY; SINGLE 2.5"""" SSD DRIVE BAY,""""XEOND I/O: 2 X 10G SFP, 2 X GIGE RJ45, 2 X USB FULL SIZE VERSION 3) (MUST BE 2.5"""" SSD) STANDARD SERVICE PLAN INCLUDES TOLL-FREE 7 X 24 TECHNICAL PHONE SUPPORT, HARDWARE/FIRMWARE MAINTENANCE, E-MAIL SUPPORT - 1 YEAR PART NUMBER: PS451-1559-64-25-08 MANUFACTURER: PACSTAR INCLUDES; SSD-25-2000, SINGLE 2.5"" SSD, 2TB CAPACITY, QTY 7 SW-VM-01-04, VMWARE ESXI SESSENTIALS VERSION 6.7, QTY 7 SSP-PS451-1559-64-25-08-12, SUPPORT VMWARE ESXI VERSION 6.7 12 MONTHS, QTY 7 EACH ITEM 0003 POWER MODULE, KG250X DESCRIPTION: KG250X POWER MODULE SLED FITTING 1-SLOT IN THE PACSTAR SMART CHASSIS (REQUIRES CFTC CASE WITH DEEP LID) PART NUMBER: PS400-KG250X-01 MANUFACTURER: PACSTAR QTY 2 EACH ITEM 0004 400 Series Module AC-DC Power Brick DESCRIPTION: AC/DC POWER BRICK FOR 400 SERIES SINGLE SLOT MODULES (441/442/451/461/462). ENABLES MODULE TO RUN OFF WORLD WIDE AC. PART NUMBER: 433-1400-02 MANUFACTURER: PACSTAR QTY 5 EACH ITEM 0005 400 MODULE - KG250X CABLE DESCRIPTION: CABLE,400 MODULE TO KG250X, 2FT PART NUMBER: 433-0400-36 MANUFACTURER: PACSTAR QTY 3 EACH ITEM 0006 CHASSIS,ELECTRICAL-ELECTRONIC EQUIPMENT DESCRIPTION: 5 SLOT SMART CHASSIS WITH INTEGRATED AC/DC P POWER SUPPLY AND UPS. FRONT MOUNTED ON/OFF SWITCH AND MIL-STD DC POWER INPUT CONNECTOR. CHASSIS WILL HOLD 5 PACSTAR 400 SERIES MODULES. PART NUMBER: PS400-CHAS-5-004 MANUFACTURER: PACSTAR INCLUDES SSP-PS400-CHAS-5-004-12: STANDARD SERVICE PLAN INCLUDES TOLL-FREE 7 X 24 TECHNICAL PHONE SUPPORT, HARDWARE/FIRMWARE MAINTENANCE, E-MAIL SUPPORT - 1 YEAR QTY 2 EACH ITEM 0007 SHIPPING QTY 1 LOT The requested delivery date is 24 AUG 2020. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: NIWC PACIFIC ATTN: ADRIANNE TOM, PR 1300867329 BUILDING 992 2293 VICTOR WHARF ACCESS RD PEARL CITY, HI 96782 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) offer as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2. Technical Documentation: a. Technical Approach or Specifications: Include a separate concise, clear, and descriptive narrative technical approach on how all of the supplies will be provided by the requested delivery date. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or/and other pertinent technical information of the quoted supplies to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c. Authorized Source Confirmation: The following product certification statement below applies to line items 0001 through 0006 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An ""Authorized Source"" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. d. Counterfeit Information Technology (IT) Certification: The following IT related statement applies to line items 0001 through 0006 and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered 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 further certifies that it is authorized by the manufacturer to sell the product (s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: � Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/nonqualifying country content � Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full 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 the offeror was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered in the 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. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above: This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the offeror is required to certify that the products being offered are original, new, and Trade Agreements Act (TAA) compliant (reference 2(c) above) PacStar products. The Government will only accept the required brand name product as specified in Attachment 001. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 29 JUL 2020 05:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6706. Include RFQ# N66001-20-Q-6706 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 30 JUL 2020 05:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-20-Q- 6706. E-mail quotes or offers will be accepted. Late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR 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 Eric Loia, Contract Specialist at eric.loia@navy.mil. Reference RFQ# N66001-20-Q-6706 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Attachment 001 � JNCP_Redacted APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20200605. 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 https://www.acquisition.gov/content/regulations. The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-7 System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES AND EQUIPMENT (AUG 2018) 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2018) 52.207-4 Economic Purchase Quantity Supplies AUG 1987 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2 Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I Offeror Representations and Certifications Commercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System Statistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b0d937fb51304e5c9936c66982b3dab0/view)
 
Record
SN05723838-F 20200718/200716230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.