SOLICITATION NOTICE
70 -- RIVERBED STEELHEAD OPTIMIZATION SOLUTION
- Notice Date
- 8/1/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-15-T-7848
- Response Due
- 8/12/2015
- Archive Date
- 9/11/2015
- Point of Contact
- Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; BELINDA SANTOS, Contracting Officer, 619-553-4502
- E-Mail Address
-
Contract Specialist
(gina.goodman@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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 only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-15-T-7848. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1000 employees. "QUOTE BRAND NAME DO NOT SUBSTITUTE." QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS. PLEASE SUBMIT QUOTE IN LINE ITEM SEQUENCE. " ITEM 0001 P/N: VCX-755, Steelhead CX 755v Virtual Model P/N: VCX-755-H, Steelhead CX 755v High Virtual Appliance DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 16 EACH ITEM 0002 Steelhead CX 755v Virtual Appliance Support P/N: MNT-VCX-755 QTY 16 EACH ITEM 0003 U.S. Federal VMware vSphere 5 Essentials Kit for 3 hosts (Max 2 processors per host) P/N: VS5-ESSL-BUN-F QTY 16 EACH ITEM 0004 VMWare U.S. Federal Subscription for VMware vSphere 5 Essentials Kit POP: One year P/N: VS5-ESSL-SUB-F QTY 16 EACH ITEM 0005 Steelhead CX 1555v High Virtual Appliance consisting of the following: P/N: VCX-1555, Steelhead CX 1555v Virtual Model P/N: VCX-1555-H, Steelhead CX 1555v High Virtual Appliance DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 2 EACH ITEM 0006 Steelhead 1555v Virtual Appliance Support P/N: MNT-VCX-1555 POP: One year QTY 2 EACH ITEM 0007 U.S. Federal VMware vSphere 5 Essentials Kit for 3 hosts (Max 2 processors per host) P/N: VS5-ESSL-BUN-F QTY 2 EACH ITEM 0008 VMware U.S. Federal Subscription for VMware vSphere 5 Essentials Kit POP: One year P/N: VS5-ESSL-SUB-F QTY: 2 EACH ITEM 0009 Steelhead CX 7055 2U Appliance Model consisting of the following: P/N: CXA-07055-PTO, Steelhead pick to order model P/N: LIC-CXA-7055-M, License Steelhead CX 7055 Mid Appliance 1000Mbps, 100k conn P/N: OS-DEFAULT, Default Software Version, Qty 1 P/N: PWR-CORD-US, Cable Power Cord, North America, Qty 2 DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 1 EACH ITEM 0010 P/N: CXA-07055-B020-C, Steelhead CX 7055 Appliance B020-C with RIOS (for LIC- CXA-7055-M) To include the following: P/N: OS-DEFAULT, Default Software Version, QTY 1 EACH P/N: PWR-CORD-US, Cable Power Cord, North America, QTY 2 EACH DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 1 EACH ITEM 0011 2-Port 10GbE SR Multi Mode Fiber NIC-Gen 2 P/N: NIC-008-2SR-C DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 2 EACH ITEM 0012 Steelhead CX Appliance 7055 Gold Support P/N: MNT-GLD-CXA-07055 POP: One year QTY 1 EACH ITEM 0013 Steelhead CX 7055 2U Appliance Model consisting of the following: P/N: CXA-07055-PTO, Steelhead pick to order model P/N: LIC-CXA-7055-M, License Steelhead CX 7055 Mid Appliance 1000Mbps, 100k conn P/N: OS-DEFAULT, Default Software Version, Qty 1 P/N: PWR-CORD-US, Cable Power Cord, North America, Qty 2 DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 1 EACH ITEM 0014 Steelhead CX 7055 Appliance B020 with RIOS (for LIC-CXA-7055-M) P/N: CXA-07055-B020 DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 1 EACH ITEM 0015 Steelhead CX Appliance 7055 Gold Support P/N: MNT-GLD-CXA-07055 POP: One year QTY 1 EACH ITEM 0016 P/N: CXA-07055, Steelhead CX 7055 2U Model, Qty 1 P/N: LIC-CXA-7055-H, License Steelhead CX 7055 High Appliance, 1500Mbps, 150k conn, Qty 1 DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 1 EACH ITEM 0017 Steelhead CX 7055 Appliance B030-C with RIOS (for LIC-CXA-7055-H) P/N: CXA-07055-B030-C DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 1 EACH ITEM 0018 2-Port 10GbE SR Multi Mode Fiber NIC-Gen 2 P/N: NIC-008-2SR-C DFARS 252.211-7003, Item Unique Identification & Valuation, applies to this line item. QTY 2 EACH ITEM 0019 Steelhead CX Appliance 7055 Gold Support P/N: MNT-GLD-CXA-07055 POP: One year QTY 1 EACH Note: Quote the UID charge in accordance with DFARS 252.211-7003, Item Unique Identification & Valuation as a separate CLIN. Basis for award: 1. The Government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced, technically acceptable quote. 2. Vendor must provide at time of submission of quote, their Riverbed authorized distributor information (POC, phone number, and email address) and/or any documentation supporting that the items/service are actually coming from that manufacturer, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award. The vendor's authorized distributor status will be verified by the Government prior to award. "The statement below applies to CLINs 0001-0019 To be considered for award, 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. " Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number N66001-15-T-7848 e. State delivery lead time after receipt of order. f. Preferred Delivery: F.O. B. Destination. Ship to Address: SPAWARSYSCEN PACIFIC Receiving Department 4297 Pacific Hwy, Bldg. OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83 (07/02/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation 2013-O0019) (July 2014) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans. 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans. 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferSystem for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions This RFQ closes August 12, 2015 at 10:00AM, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T-7848. The point of contacts for this solicitation is Cynthia Horriat at Cynthia.horriat@navy.mil, Belinda Santos at Belinda.santos@navy.mil, and Gina Goodman at gina.goodman@navy.mil. Please include RFQ N66001-15-T-7848 on all inquiries. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/199acd912275a76dad62399e7d6af2dd)
- Record
- SN03820095-W 20150803/150801233021-199acd912275a76dad62399e7d6af2dd (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 |