SOLICITATION NOTICE
53 -- 1600 WATTS UPS
- Notice Date
- 8/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-16-T-7735
- Response Due
- 8/18/2016
- Archive Date
- 9/17/2016
- Point of Contact
- Point of Contact - Rebeca M Holguin, Contract Specialist, 619-553-0901; Cindy J Ledesma, Contracting Officer, 619-553-9311
- E-Mail Address
-
Contract Specialist
(rebeca.holguin@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ: N66001-16-T-7735 Issue Date: 15 August 2016 SPAWAR SSC PACIFIC CONTRACTING CODE 22220 REQUEST FOR QUOTE INFORMATION SHEET Informal RFQ Number/Purchase Request Number: N66001-16-T-7735/ 1300581927 PROJECT: SUPPLY1600 WATTS UPS RFQ CLOSE DATE: 03:00 P.M. PST ON Wednesday, 18 August 2016 REQUIRED DELIVERY DATE: 30 Days ARO Upon completion of this quote, please submit your quote to the SPAWAR e-commerce website at at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T-7735 All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-16-T- 7735 The point of contact for this solicitation is rebeca.holguin@navy.mil This procurement is 100% set aside for small business under North American Industry Classification System (NAICS) Code 335999, All Other miscellaneous Electrical equipment and component Manufacturing. Small businesses under this NAICS Code are those employing no more than 500 Employees. Any quote that is submitted by a contractor that is not Small Business under NAICS Code 335999 will not be considered for award. 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 Government will award a Firm Fixed Price Contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable. A complete quote must be received for consideration. A complete quote is completion and submissions of items 1-5 provided below. Evaluation Criteria will be based on: Lowest Price Technically Acceptable (LPTA): The Government intends to award a contract to the lowest priced, technically acceptable contractor, who is registered with Wide Area Work Flow and System for Award Management; 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 detailed below in item #4 below. 1. CONTRACTOR INFORMATION To be eligible for award under this Request for Quotation (RFQ), contractors must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/ and must furnish DUNS Number, Cage Code and Federal Tax ID Number. Failure to submit the required information may result in your quotation being considered non-responsive. COMPANY NAME: ___________________________________________________________ ADDRESS: __________________________________________________________________ CITY: _________________________________ STATE: ____________ ZIP: ______________ DUNS NO: _____________________________ CAGE CODE: ______________________________ FEDERAL TAX ID NUMBER: _______________ FSC: _______________SIC: _____________ NAME AND TITLE OF QUOTER: _____________________________________________________ PHONE NUMBER: _________________E-MAIL ADDRESS: ________________________________ BUSINESS SIZE STATUS: _________________________ PRIMARY NAICS: __________________ 2. OTHER GENERAL INFORMATION (if applicable) - Please indicate the following: a) Are you quoting from a GSA contract? __________ YES __________NO GSA Contract No. (If Applicable): ____________________________________________ GSA Contract Expiration Date: ____________________________________________ GSA Schedule / Special Item Number (SIN) _____________________________________ b) Prompt Payment Terms/Discount Terms: ____________________________________________ c) Proposed delivery time (days): ____________________________________________ d) Estimated total weight of order: ____________________________________________ 3. SUSTAINABLE ACQUISITIONS CERTIFICATION: The contractor shall comply with all sustainable acquisition policies, which apply to both contracts for supplies and contracts for services that require the delivery, use, or furnishing of products. See FAR Part 23. The contractor shall comply with all changes to sustainable acquisition policies (e.g. addition of USDAdesignated items), and such compliance will not be grounds for contract modification or equitable adjustment. Please certify below by listing the product and checking each applicable sustainable acquisition category in which the product falls under. PRODUCT ENERGY EFFICIENT WATER EFFICIENT RECYCLED BIO-BASED ENV. PREFERABLE NON OZONE DEPLETING LESS TOXIC LESS GHGs Please describe how your products/services will meet aforementioned sustainable acquisition goals: _______________________________________________________________________ _______________________________________________________________________ _______________________________________________________________________ _____ Our aims and objectives are to: Minimize our environmental impact and deliver community benefits through better selection and improved usage of products and services; Foster innovation in our supply markets to increase the availability and effectiveness of sustainable solutions that meet our organizational requirements; Encourage our suppliers to adopt practices that minimize their environmental impact and deliver community benefits in relation to their own operations and throughout the supply chains in which they operate; Work in partnership with suppliers to achieve our common goals and continually improve performance over time; 4. TECHNICAL ACCEPTABILTY DOCUMENTATION REQUIRED: Provide specification sheets for the item proposed demonstrating all salient characteristics are met as listed in the table below for CLIN 0001 - 0006. Government specification and requirements for N66001-16-T-7735 are as follows: CLIN 0001 Black SFP+ 10Gbase-CU Twinax Copper Cable Fully compliant to MSA SFF-8431 specifications for guaranteed compatibility with : Qlogic, Emulex, Juniper, Arista, IBM, Dell, Extreme, EMC, Broadcom, Finisar, Voltaire and Cisco manufacturer's equipment Transfer rates of up to 10 Gbps and support for 1x, 2x, 4x and 8x fiber channel data rates Hot-Pluggable SFP 20PIN footprint 100 ohm Twinaxial cable with die-cast metal shell connectors and pull-to- release latching Infiniband standard SDR (2.5Gbps ), DDR ( 5Gbps ), and QDR ( 10Gbps) Fibre Channel over Ethernet (FCoE) Lifetime warranty and RoHS-compliant design NOTE: Quote Brand name or equal to: Tripp Lite 5M (16 FT.) Black SFP+ 10Gbase-CU Twinax Copper Cable CLIN 0002 8x8 HDMI Matrix Switch with Fast Switch HDMI In: 8 x HDMI Type A Female HDMI Out: 8 x HDMI Type A Female 1 x DB-9 Female Serial Interface 1 x RJ-45 Female Network Interface IR Input Port: 1 x Mini Stereo Jack Female Power: 1 x 3-prong AC Socket LCD: 1 x LCD Module Power Consumption: 120V: 60W; 230V: 62W Power Supply: 100-240V; 50-60Hz ; 1.0A Operating Temp: 0 - 50C; Storage Temp: -20 - 60C; Humidity: 0-80% RH, Non-condensing Connects any of 8 HDMI sources to any of 8 HDMI displays Long Distance Transmission - supports up to 15 m (24 AWG) HDMI (3D, Deep color); HDCP compatible Features a built in high-performance scaler function for best image quality Seamless Switch - provides continuous video streams, real-time switching and stable signal transmission EDID Expert technology - selects optimum EDID settings for smooth power- up and highest quality display System Operation: -Serial controller,-Browser Graphical User Interface (GUI),-Telnet Built-in bi-directional RS-232 serial port for high-end system control Superior video quality - HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080) Supports Dolby True HD and DTS HD Master audio Consumer Electronics Control (CEC) support Power On Detection - If an HDMI source is powered off the VM5808H automatically switches to the next powered on source Supports IR signals for remote control Firmware Upgradeable NOTE: Quote Brand name or equal to: ATEN VM5808H 8x8 HDMI Matrix Switch with Fast Switch CLIN 0003 4-Port HDMI Splitter Connects one HDMI A/V source to four HDMI displays at the same time Supports high-resolution video - HDTV resolution of 480p, 720p, 1080i and 1080p (1920x1080); VGA, SVGA, SXGA, UXGA (1600x1200), WUXGA (1920x1200) Cascade distance: Source to Device -1.8m, Device to Device-15m,Device to Display-20m Supports 12-bit Deep Color for HDMI formats Cascadable to 3 levels - provides up to 64 HDMI signals. Long distance transmission - 65 feet (20 m) (24 AWG HDMI standard cable) and 50 feet (15 m) (28AWG HDMI standard cable) DDC compatible HDMI 1.3b compliant HDCP 1.1 compliant Signaling rates up to 2.25Gbits in support of 1080p display LED indication of display devices Plug-and-play - no software installation required 5.3 VDC; 2.4A Input/ Output Connectors: 1 x HDMI (v 1.3b)/ 2x HDMI (v 1.3b) Per AC Power Inlet, 50/60Hz, 110V-240V Video Connections : Input/ Output 1 x HDMI (v 1.3b)/ 2x HDMI (v 1.3b) NOTE: Quote Brand name or equal to: ATEN 4-Port HDMI Splitter VS184A CLIN 0004 Managed Ethernet Switch Format: Rackmount Standards: IEEE 802.3, IEEE 802.3u, IEEE 802.3z, IEEE 802.1D, IEEE 802.1Q, IEEE 802.3ab, IEEE 802.1p, IEEE 802.3af, IEEE 802.3x, IEEE 802.3ad (LACP), IEEE 802.1w, IEEE 802.1x, IEEE 802.1s, IEEE 802.1ab (LLDP), IEEE 802.3at Network Management Type: Managed Uplink Ports: 2 Uplink Interface: SFP Primary Ports: 24 x 10/100/1000 (PoE+) Primary Port Speed: 10/100/1000Mbps MAC Address Table: 32K VLAN Support: Yes Jumbo Frames: 9198 Uplink Speed: 10 Gigabit Routing Protocol: Static IP routing Remote Management Protocol: SNMP 1, RMON 1, RMON 2, RMON 3, RMON 9, Telnet, SNMP 3, SNMP 2c, SSH, CLI PoE: Yes Stackable: Yes SNMP: Yes QoS: Yes LACP: Yes NOTE: Quote Brand name or equal to: CISCO Catalyst 3650 WS-C3650-24TD-L Managed Ethernet Switch CLIN 0005 42 Ink Cartridge Black Cartridge Color: Black Compatible Products: Canon Inkjet Printers PIXMA Pro-100 Multi pack. Includes one CLI-42 each of Photo Black, Gray, Light Gray, Cyan, Magenta, Yellow, Photo Cyan, and Photo Magenta color ink cartridges NOTE: Quote Brand name or equal to: CANON 6384B008 CLI-42 Ink Cartridge Black CLIN 0006 1600 Watts UPS Input Voltage Range: 80 - 150 V Input Frequency: 50Hz/60 Hz +/- 3 Hz Output VA Rating: 2170 VA Watts: 1600 Watts Output Voltage: 120Vac +/- 5% Outlets: 8 x NEMA 5-20R Battery & Surge Battery Run Time: 16 min. runtime at Half Load; 6 min. runtime at Full Load Battery Recharge Time: 8 Hours Battery Replaceable: Yes, HR9-12 Interface Port: 2 x RS-232, USB Rackmountable: 2U Surge Protection: Data Line Protection: RJ-45 Ethernet /RJ-11 Phone protection Surge Energy Rating: 1780 joules Pure Sinewave waveform and Full Automatic Voltage Regulation (AVR) technology The multifunction LCD readout Energy-Saving Technology Multifunction LCD readout Audible Alarms Resettable Circuit Breaker NOTE: Quote Brand name or equal to: CyberPower PR2200LCDRT2U 2170 VA 1600 Watts UPS 5. QUOTED PRICE: Quote Brand Name or Equal CLIN Description Quantity Unit of issue Per Unit Price Extended Price 0001 Supply: Black SFP+ 10Gbase-CU Twinax Copper Cable in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: TBD Part Number: TBD Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 10 Each 0002 Supply: 8x8 HDMI Matrix Switch with Fast Switch in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: TBD Part Number: TBD Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 4 Each 0003 Supply: 4-Port HDMI Splitter in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: TBD Part Number: TBD Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 10 Each 0004 Supply: Managed Ethernet Switch in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: TBD Part Number: TBD Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 10 Each 0005 Supply: 42 Ink Cartridge Black in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: TBD Part Number: TBD Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 10 Each 0006 Supply: 1600 Watts UPS in accordance with specifications and requirements listed in item #4 above. Manufacturer Name: TBD Part Number: TBD Attach specification sheet of item quoted. Quote FOB Destination (FAR 52.247-34) pricing only, ship to Zip Code: 92110-5000* 10 Each *Note: A complete ship to address will be provided at contract award. Provide the terms and length of the Workmanship Warranty_______________________________________________________ _______________________________________________________________________ _________________________________ Provide the terms and length of the Manufacturer/Product Warranty________________________________________________ _______________________________________________________________________ _________________________________ This solicitation document incorporates standard commercial provisions and clauses for requirements under the Simplified Acquisition Threshold in effect through Federal Acquisition Circular (FAC) 2005-80 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150406. Additional contract clauses may apply in the Terms and Conditions of the award and contractually binding at the time of award. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. In accordance with 52.252-1, 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 (Aug 1999) 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: 52.203-17, 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a53e12e8bef89433beecaef294839b80)
- Record
- SN04223080-W 20160817/160815234400-a53e12e8bef89433beecaef294839b80 (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 |