SOLICITATION NOTICE
D -- Riverbed Maintenance Renewals/ Software Support
- Notice Date
- 9/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-16-T-7653
- Response Due
- 9/20/2016
- Archive Date
- 10/20/2016
- Point of Contact
- Point of Contact - Amanda L Foster, Contract Specialist, 619-553-4456; Cindy J Ledesma, Contracting Officer, 619-553-9311
- E-Mail Address
-
Contract Specialist
(amanda.foster@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-16-T-7653 for Brand Name (ONLY) Riverbed Maintenance Renewals. This requirement is for full and open competition, NAICS code is 541511 and the size standard is $27.5 million. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. RFQ Closes September 20, 2016 at 4:00pm Pacific Daylight Time (PDT). Quote Brand NameDo Not Substitute. Vendors submitting quotes must be authorized resellers/distributors. The statement below applies to all CLINS The offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are 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 US, or that the product is in some manner not TAA compliant. CLIN 0001: (Brand-name only) Virtual Riverbed Interceptor 9350 Gold Support- S/N: R54YY000C763E Mfr Part No.: MNT-GLD-INT-09350 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0002: (Brand-name only) Virtual Riverbed Steelhead 2050 Gold Support- S/N: C49YG000BA5CD Mfr Part No.: MNT-GLD-SHA-02050 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0003: (Brand-name only) Virtual Riverbed Interceptor 9350 Gold Support- S/N: R54HX000912E8 Mfr Part No.: MNT-GLD-INT-09350 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0004: (Brand-name only) Virtual Riverbed Steelhead 2050 Gold Support S/N: C49UR0008C57F Mfr Part No.: MNT-GLD-SHA-02050 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0005: (Brand-name only) Virtual Riverbed Interceptor 9350 Gold Support S/N: R54WJ000912E9 Mfr Part No.: MNT-GLD-INT-09350 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0006: (Brand-name only) Virtual Riverbed Steelhead 2050 Gold Support S/N: C49PM00097339 Mfr Part No.: MNT-GLD-SHA-02050 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0007: (Brand-name only) Virtual Riverbed Interceptor 9350 Gold Support S/N: R54TR000912E7 Mfr Part No.: MNT-GLD-INT-09350 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0008: (Brand-name only) Virtual Riverbed Steelhead 2050 Gold Support S/N: C49TG0008C575 Mfr Part No.: MNT-GLD-SHA-02050 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0009: (Brand-name only) Virtual Riverbed Interceptor 9350 Gold Support S/N: R54UU00096672 Mfr Part No.: MNT-GLD-INT-09350 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0010: (Brand-name only) Virtual Riverbed Steelhead 2050 Gold SupportS/N: C49QR0009F347 Mfr Part No.: MNT-GLD-SHA-02050 Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0011: (Brand-name only) Virtual Riverbed Disc/Memory Support- xx20/xx50/INT9350/WWA 3U S/N: R54YY000C763E Mfr Part No.: MNT-EHR-3U Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0012: (Brand-name only) Virtual Riverbed Disc/Memory Support- xx20/xx50/CMC/SMC 1US/N: C49YG000BA5CD, Mfr Part No.: MNT-EHR-1U Manufacturer: Riverbed POP: 9/30/2016-9/29/2017 Quantity: 1 Lot CLIN 0013: (Brand-name only) Reinstatement Fee (Lapsed Support) Manufacturer: Riverbed Quantity: 1 Lot SHIP TO: (Electronic Delivery) SPAWAR SYSTEM CENTER PACIFIC 4297 PACIFIC HWY., BLDG OTC7 SAN DIEGO, CA 92110 Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. Delivery time upon ARO ***PLEASE NOTE: If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil. *** The point of contact for this solicitation is Amanda Foster at amanda.foster@navy.mil. Please include RFQ N66001-16-T-7653 on all inquiries. Questions regarding this solicitation must be posted to e-commerce under RFQ N66001-16-T-7653. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (08/15/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), August 30, 2016. 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 www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items applies to this acquisition in e-Commerce. DFARS 252.204-7000- Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled Technical Information; 252.211-7003-Item Identification & Valuation FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.204-2 Security Requirements, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225- 13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 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). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. 52.204-7 -- System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6 -- Notice of Total Small Business Set-Aside. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications. 52.232-18 -- Availability of Funds. 52.233-1 -- Disputes. 52.233-4 -- Applicable Law for Breach of Contract Claim. 52.247- 34 -- F.o.b. Destination. 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials. 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.223-7008 - Prohibition of Hexavalent Chromium. 252.225-7002 - Qualifying Country Sources as Subcontractors). 252-232-7010 - Levies on Contract Payments. 252.243-7001 - Pricing of Contract Modifications,
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5a75deffb27f1f6524ad6d703a6d604)
- Record
- SN04266246-W 20160914/160912234501-f5a75deffb27f1f6524ad6d703a6d604 (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 |