SOLICITATION NOTICE
70 -- NetScout nGenius Infinistream and Master Care Support
- Notice Date
- 6/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-11-Q-0126
- Archive Date
- 9/30/2011
- Point of Contact
- Tracy A Birch, Phone: 717-770-6613, JONI L. STEPHENS, Phone: 717-770-5912
- E-Mail Address
-
tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL
(tracy.birch@dla.mil, JONI.STEPHENS@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Solicitation Number SP3300-11-Q-0126. This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-50 effective 16 May 2011, the Defense Federal Acquisition Regulation Supplement (DFARs) DPN 20110518 edition effective 18 May 2011, and the Defense Logistics Agency Directive (DLAD) current to Revision 5 and PROCLT 2011-12. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ This acquisition is an unrestricted acquisition among NetScout certified/authorized resellers. The associated NAICS code is 334112, and the associated small business size standard is 1,000 employees. DLA Distribution has a requirement for the following NetScout nGenius Infinistream and MasterCare Support: CLIN 0001 - P/N 2906/GS, nGenius Infinistream, 2-Port 10/100/1000Base-T, 500GB, quantity seven (7) each; and CLIN 0002 - P/N 2906/GS SUPPMSTC, MasterCare Support-2906/GS, quantity seven (7) each. Part Numbers shown are NetScout Brand Name Part Numbers. Delivery is required no later than two (2) weeks after contract award. Delivery is required to the following address: DLA Information Operations New Cumberland Building 54-2, Door 8, M Avenue New Cumberland, PA 17070 Offeror must be an authorized NetScout reseller or agent of the manufacturer for the products requested. All products and components must be manufacturer new, sourced directly from the manufacturer or via an authorized distributor, and must include the manufacturer's full hardware and/or software warranty. No third party, refurbished, or gray market items will be accepted. All products must be supportable via the manufacturer's extended support contracts without recertification by the manufacturer. All licenses, warranties, and extended support contracts must convey to the Federal Government. BRAND NAME JUSTIFICATION This requirement includes with the solicitation the enclosed brand name justification in accordance with FAR 6.302-1(c): This is a brand name specification for NetScout sniffer analysis products. DLA Information Operations New Cumberland utilizes NetScout devices for all network and packet analyzing within the agency. The current management system, Infinistream, is a proprietary solution utilized by NetScout to manage all of its sniffer appliances. The Infinistream software suite allows for the remote management and configuration of the NetScout appliances, and will not work with any other hardware platforms. Replacing the management solution and hardware devices would affect all supply depots worldwide. NetScout also is the only known manufacturer of a virtual "sniffing" network, another proprietary solution that allows for troubleshooting and monitoring tools to be added to a virtual laptop for a virtual environment. DLA standards and policies comprise a sole sniffer manufacturer. Currently, the NetScout hardware deployed is managed by the Infinistream management solution that is a NetScout proprietary application and is not compatible with other vendors' hardware devices. The Government intends to award a Firm-Fixed Price purchase order resulting from this notice. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS BY GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD FOR PAYMENT? YES _____ NO______ NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. Clauses and Provisions: The following FAR, DFAR, and DLAD clauses and provisions are applicable to this acquisition. The applicable clauses will be incorporated into the contract award document. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil. FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERICAL ITEMS (JUN 2008) Addenda to 52.212-1: the following paragraphs are hereby deleted from this provision: paragraphs (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS - ALT I (APR 2011) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUNE 2010) Addenda to FAR 52.212-4: The following clauses apply: FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (APR 2011) Under paragraph (b), the following clauses apply: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2010)(Pub. L. 109-282)(31 U.S.C. 6101 note); FAR 52.209-6 - Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)(31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items); FAR 52.219-28 - Post Award Small Business Program Representation (APR 2009)(15 U.S.C. 632(a)(2)); FAR 52.222-3 - Convict Labor (JUNE 2003)(E.O. 11755); FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (JUL 2010)(E.O. 13126); FAR 52.222-21 - Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 - Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222-35 - Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212); FAR 52.222-36 - Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793); FAR 52.222-37 - Employment Reports for Veterans (SEP 2010)(38 U.S.C. 4212); FAR 52.223-18 - Contractor Policy to Ban Text Messaging while Driving (SEP 2010)(E.O. 13513); FAR 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008)(E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C.3332); AND FAR 52.232-36 - Payment by Third Party (FEB 2010)(31 U.S.C. 3332). DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005); DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLETEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2011) Under paragraph (a), the following clauses apply: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); DFARS 252.247-7023 - Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) Alternate III (MAY 2002). DLAD 52.233-9000 Agency Protests (SEP 1999); DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR)( JUN 2001); DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM)(FEB 2007). Additional required clauses other than those listed above may be included as Addenda on the award document. OFFEROR SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Unit Price and extended prices for all P/Ns, inclusive of shipping. (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) Documentation that demonstrates that the offeror is a certified NetScout reseller/distributor. The Contracting Officer may contact NetScout for the purposes of verifying that the apparently successful offeror is a NetScout authorized reseller. If the Contracting Officer is unable to verify that the apparently successful offeror is a NetScout authorized reseller, the offeror will be ineligible for award. 2. Contractors are required to include a copy of the FAR Provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR Provision 252.212- 7000-Offeror Representation and Certification-Commercial Items with its quote or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 EVALUATION OF QUOTATIONS OR OFFERS: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order as a result of this Request for Quote (RFQ). Award will be based on the total overall lowest price quoted that provides the brand name equipment requested in the required delivery timeframe. All questions and inquiries should be addressed via email to Tracy.Birch@dla.mil, RFQ Number SP3300-11-Q-0126. Offerors responding to this announcement shall submit their quotations to Tracy Birch to the above email address. All quotes must be received NLT 12:00pm eastern time on 16 June 2011. Failure to submit all of the information requested by the solicitation may result in the offer being eliminated from consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0126/listing.html)
- Place of Performance
- Address: DLA Distribution Information Operations sited at New Cumberland, PA, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN02461685-W 20110603/110601235025-9254294f2cbafd0ec70f566e9449c0c0 (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 |