Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-25 14:48:00
United States SAM

Brand Name Tellabs & Cisco Supplies

Process Number N66001-22-Q-6010

USA

Dates:


Notice ID:

N66001-22-Q-6010

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NIWC PACIFIC

Office:

NIWC PACIFIC

General Information:


All Dates/Times are:

(UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA

Updated Published Date:

(UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA

Original Published Date:

2021-10-25 14:48:00

Original Response Date:

Nov 04, 2021 11:00 pm PDT

Inactive Policy:

Manual

Original Inactive Date:

Nov 19, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

7 - IT AND TELECOM IT AND TELECOM

NAICS Code:

541519 - Other Computer Related Services

Description:


Original Set Aside:

Combined Synopsis/Solicitation Template 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; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors – Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001-22-Q-6010. The North American Industry Classification System (NAICS) code applicable to this acquisition is 541519_except, Information Technology Value Added Resellers and the small business size standard is 150 employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Quotes submitted by a non-Small Business Concerns will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire Brand Name Tellabs and Cisco supplies. The Government may consider quotes or offers for partial items or quantities, however, completed quotes are preferred. Anticipated contract line items are as follows: Item 0001 GPON ONT 248 MFG: Tellabs P/N: 81.11G-ONT248-T QTY: 8 Item 0002 FlexSym 715W Power Supply MFG: Tellabs P/N: 81.11P-PW715W QTY: 16 Item 0003 FlexSym XFP, XGS-PON – OLT Primary Wavelength MFG: Tellabs P/N: 81.11T-XFPXGSPON QTY: 1 Item 0004 SFPs – 100BASE – FX SFP for GE SFP port on 3750, 3560.2970, 2960 MFG: Cisco P/N: GLC-TE++= QTY: 4 Item 0005 SFPs – 100BASE – FX SFP MFG: Cisco P/N: GLC-GE-100FX= QTY: 4 DELIVERY DATE: NLT 60 Days After Receipt of Order (ARO). The Government is seeking Free on Board (FOB) Destination pricing to the following location: Santa Rita, Guam 96917 OFFEROR INSTRUCTIONS The Government intends to 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 (LPTA) quote as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1.General Information: Quoter Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Quoter must include a completed copy of this provision with quote. 2.Technical Documentation: a.Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted FLIR Systems, Inc. Thermal Cameras to facilitate the evaluation. The quote must address and meet the requirements/specifications as defined under Technical Factor I below. b.Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. c.Authorized Source Confirmation: The following product certification statement below applies to line item 0001 - 0005 and each quoter must submit supporting documentation, as needed: To be considered for award, the contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. d.Counterfeit Information Technology (IT) Certification: The following IT related statement applies to line item 0001 - 0004 and each offeror must explicitly confirm and submit supporting documentation, as needed: The offeror certifies that the product(s) being delivered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the aforementioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: •Manufacturing occurs in the U.S., but more than 50% of the cost of components is from foreign/non- qualifying country content •Originally foreign manufactured products substantially transformed in the United States or a designated country The offeror assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a full or partial termination for default/cause for non- compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer, or the offeror was not authorized by the manufacturer to sell the product in the U.S. 3.Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4.Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the lowest priced, technically acceptable quoter, who is registered in the System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Any quote will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. As this is a competitive supply procurement using FAR Part 13 procedures, the basis for award will consider the suppliers' past performance data in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)). Factor I – Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined above: •This requirement contains supplies that are Brand Name pursuant to FAR 11.105, Items Peculiar to One Manufacturer. To be considered for award, the quoter is required to certify that the product being offered is an original, new FLIR Systems, Inc. Thermal Camera product. The Government will only accept the required brand name product as specified in Attachment 1 Brand Name Justification. Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping, and handling costs to the shipping location listed above. DUE DATE AND SUBMISSION INFORMATION Eligible Quoters: All quoters 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 quoters shall have registered CAGE and DUNS Codes. Page Limitations: None. Formatting Requirements: Submit quotes in electronic PDF and or Excel format. Questions Due Date and Submission Requirements: All questions must be received before Thursday 28 October 2021 at 3:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-22-Q- 6010. Include RFQ# N66001-22-Q-6010 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Friday 4 November 2021 at 11:00 AM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Open Solicitations/N66001-22-Q-6010. E-mail quotes or offers will not be accepted and late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The Contract Specialist point of contact for this solicitation is Isabella Busalacchi, at isabella.busalacchi@navy.mil. Reference RFQ# N66001-22-Q-6010 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1.52.204-24 2.52.204-26 3.252.204-7016 & 252.204-7017 4.252.225-7974 5.Brand Name Justification (redacted) APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-07 effective 20210910, and Defense Federal Acquisition Regulation Supplement (DFARS) Change Number 9/29/2021. 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 https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2019) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26, Covered Telecommunications Equipment or Services- Representation (OCT 2020) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation (DEC 2019) 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (DEV 2020-O005) (FEB 2020) 252.239-7017, Notice of Supply Chain Risk (FEB 2019) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (JUL 2020), applies to this acquisition and in addition to the mandatory clauses therein, includes the following clauses by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post-Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (DEV 2020-O0019 Revision 1) (AUG 2020) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code (AUG 2020) 52.212-4, Contract Terms and Conditions – Commercial Items (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service (DEC 2019) 252.211-7003, Item Unique Identification and Valuation (MAR 2016) 252.211-7008, Use of Government- Assigned Serial Numbers (SEP 2010) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.232-7017, Accelerating Payments to Small Business Subcontractors- Prohibition on Fees and Consideration (APR 2020) 252.239-7018, Supply Chain Risk (FEB 2019) 252.244-7000, Subcontracts for Commercial Items (JAN 2021) 252.246-7008, Sources of Electronic Parts (MAY 2018 252.247-7023, Transportation of Supplies by Sea- Basic (FEB 2019) The following FAR and DFARS clauses, in full text, apply to this acquisition: Changes to the text are indicated by a change bar in the right-hand margin. 52.222-19 Child Labor—Cooperation with Authorities and Remedies. (DEVIATION 2020-O0019), Revision 1 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020) (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in— (1) Israel, and the anticipated value of the acquisition is $50,000 or more; (2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) (d) Remedies. (1) The Contracting Officer may terminate the contract. (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. (3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. (End of clause) 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acq.osd.mil/dpap/dfarspgi/current/ (DFARS clauses). (End of clause) 52.252-5, Authorized Deviations in Provisions (NOV 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.252-6, Authorized Deviations In Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.223-7999 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (DEVIATION 2021-O0009) (OCT 2021) (a) Definition. As used in this clause – United States or its outlying areas means— (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. (End of clause)

Attachments / Links:


Document Size Updated date Download

Contact Information:


53560 HULL STREET

SAN DIEGO , CA 92152-5001

USA

Primary Point of Contacts:

Isabella Busalacchi