SOLICITATION NOTICE
58 -- VOIP System and services for ECO
- Notice Date
- 7/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-18-R-0328
- Response Due
- 7/31/2018
- Archive Date
- 8/30/2018
- Point of Contact
- Point of Contact - Sharon E Chang, Contract Specialist, 619-553-5493; Christina Neto, Contracting Officer, 619-553-5829
- E-Mail Address
-
Contract Specialist
(sharon.chang@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a separate written solicitation will not be issued. Competitive proposals are being requested under Request for Proposal (RFP) # N66001- 18-R-0328. The NAICS code applicable to this acquisition is 334210 and the small business size standard is 1250 employees. This procurement is a Total Small Business Set-Aside. Only proposals submitted by Small Business Concerns will be accepted by the Government. Any proposal that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, proposals must provide all of the items and quantities listed below. The Government will not consider offers for partial items or quantities. Requirement Description: award a Firm-Fixed-Price (FFP) contract for a Voice-over-IP (VoIP) system for the External Cooperation Office (ECO), located at RSS Singapura Changi Naval Base, Singapore per the attached PWS. Delivery Date: 30 days ARO Shipping Method: Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: SPAWAR Systems Center Pacific ATTN: NAIDA HATTORI, PR # 1300707090 BUILDING 998 2293 VICTOR WHARF ACCESS RD. PEARL CITY, HI 96782 Offeror Instructions: Notice: The Government may consider proposals that fail to follow all instructions to be unacceptable and ineligible for contract award. Proposals shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Be submitted in electronic PDF or Excel format. Certification: "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)." Certification is not limited in pages. 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. Basis for Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable offer that meets AND satisfies the technical evaluation criteria required for this solicitation. Any offer evaluated as unacceptable will not receive an award. [[ Required Technical Experience ]] Voice System Engineer: The Voice System Engineer shall have at least 3 years of experience in the specification, analysis, design, Information Assurance (IA) hardening, installation, integration, test, and evaluation of Defense Information Systems Agency (DISA) Approved Products List (APL) Enterprise Session Controller (ESC), also referred to as VOIP PBX, systems for the Department of Defense (DoD) environment. The Voice System Engineer must have been the technical lead on the system design, IA hardening, installation, integration, test, and evaluation of more than one field installation of an ESC system for a DoD environment. The Voice System Engineer should have at least 3 years of experience implementing the Military Unique Deployment Guide (MUDG) and Security Technical Implementation Guide (STIG) handbooks for all components of the ESC system, including virtual machines, communication managers, voice mail, backup and syslog servers, routers and switches, using best Department of Defense practices. The Voice Systems Engineer must have experience in at least one implementation of the DISA process for certification and accreditation of a DSN connected system for DoD information technology. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. 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 or https://acquistion.gov/far/. The following provisions apply to this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013); FAR 52.209-12 Certification Regarding Tax Matters (Feb 2016); FAR 52.212-1, Instructions to Offerors Commercial Items (DEVIATION 2018-O0013) (Apr 2018); FAR 52.212-2, Evaluation Commercial Items (Oct 2014); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011); DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018); DFARS 252.215-7007 Notice of Intent to Resolicit (Jun 2012); DFARS 252.215-7008 Only One Offer (Oct 2013); DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015); DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018); DFARS 252.239-7009 Representation of Use of Cloud Computing (Sep 2015); DFARS 252.239-7017 Notice of Supply Chain Risk (Nov 2013); The following clauses, incorporated by reference, apply to this acquisition: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternative I (Oct 1995); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016); FAR 52.204-23 Use of Products and Services of Kaspersky Lab (Jun 2018); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders Commercial Items (Deviation 2013-O0019) (Sep 2013); FAR 52.219-6 Notice of Total Small Business Set-Aside Alternate I (Nov 2011); FAR 52.219-8 Utilization of Small Business Concerns (Nov 2016); FAR 52.219-14 Limitation on Subcontracting (Jan 2017); FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26 Equal Opportunity (Sep 2016); FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 52.222-41 Service Contract Labor Standards (May 2014); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-50 Combating Trafficking in Persons Alternate I (Mar 2015); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013); FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233-3 Protest after Award (Aug 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.239-1 Privacy or Security Safeguards (Aug 1996); FAR 52.245-1 Government Property (Jan 2017); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016); DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7007 Reporting of Government Furnished Property (Aug 2012); DFARS 252.211-7008 Use of Government- Assigned Serial Numbers (Sep 2010); DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017); DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015); DFARS 252.227-7015 Technical Data Commercial Items (Feb 2014); DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 2016); DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013); DFARS 252.239-7010 Cloud Computing Services (Oct 2016); DFARS 252.239-7018 Supply Chain Risk (Oct 2015); DFARS 252.243-7002 Request for Equitable Adjustment (Dec 2012); DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013); DFARS 252.246-7008 Sources of Electronic Parts (May 2018); The Point of Contact (POC) for this solicitation is Ms. Sharon Chang at Sharon.chang@navy.mil. Please include RFP # N66001-18-R-0328 on all inquiries. This RFP closes on 7/31/2018 by no later than 5:00 PM, Pacific Standard Time. Proposals must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific / Simplified Acquisitions / N66001-18- R-0328. Proposals received after this due date, may be deemed unacceptable, at the discretion of the Government. All responding vendors 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 a registered DUNS number and CAGE Code. Attachments: 1. VOIP System and Services for ECO PWS.pdf 2. Technical Evaluation Criteria - LPTA 3. CDRL A001 Software Documentation.pdf 4. CDRL A002 Vulnerability Scan Compliance Report.pdf 5. CDRL A003 Contractor's Progress Status and Management Report.pdf 6. CDRL A004 ACCEPTANCE TEST REPORT.pdf
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e386492209ae18cce9eb6c85fddf5b55)
- Record
- SN04994587-W 20180719/180717230902-e386492209ae18cce9eb6c85fddf5b55 (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 |