Procurement Summary
Country : USA
Summary : Riverbed Gold Hardware Maintenance Support
Deadline : 15 Sep 2016
Other Information
Notice Type : Tender
TOT Ref.No.: 8169810
Document Ref. No. : N66001-16-T-0510
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
This is an 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-0510. This requirement is set-aside for small
businesses,
naics code is 541519 and business size standard is $27, 500, 000.
This requirement is limited to small businesses that are authorized to provide
hardware
support to equipment manufactured by riverbed technology.
Line item 0001:
riverbed steelhead 2050 gold support - s/n: c49hp000789ba
p/n: mnt-gld-sha-02050
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0002:
riverbed interceptor 9350 gold support - s/n: r54vx000740d0
p/n: mnt-gld-int-09350
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0003:
riverbed steelhead 2050 gold support- s/n: c49wj000789b5
p/n: mnt-gld-sha-02050
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0004:
riverbed interceptor 9350 gold support - s/n: r54sj000740cd
p/n: mnt-gld-int-09350
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0005:
riverbed steelhead 2050 gold support - s/n: c49jm000789b7
p/n: mnt-gld-sha-02050
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0006:
riverbed interceptor 9350 gold support - s/n: r54tr00076fa4
p/n: mnt-gld-int-09350
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0007:
riverbed interceptor 9350 gold support - s/n: r54yy000c763e
p/n: mnt-gld-int-09350
pop: 9/30/2016 9/29/2017
qty: 1 lot
line item 0008:
riverbed steelhead 2050 gold support - s/n: c49yg000ba5cd
p/n: mnt-gld-sha-02050
pop: 9/30/2016 9/29/2017
qty: 1 lot
*line item 0009:
reinstatement fee for lapsed support.
Qty: 1 lot
*verify with manufacturer if applicable to any items 0001 through 0009 and show
how it
is calculated in any quote in response to this solicitation.
The statement below applies to all clins.
To be considered for award, the offeror certifies that the product(s) being
offered is an
original, new and trade agreements act (taa) 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 u.s. (i.e., that the
products are taa
compliant and that the offeror is authorized to sell them in the u.s.).
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
manufacturers or that offeror was not authorized by the manufacturer to sell
the product
(s) in the u.s., or that the product(s) is in some manner not taa compliant.
Basis for award: the government anticipates awarding a firm-fixed price
purchase order.
This solicitation document incorporates provisions and clauses in effect
through federal
acquisition circular 2005-89 (7/14/16) and defense federal acquisition
regulation
supplement (dfars), dpn 8/02/16. 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.
52.204-16 commercial and government entity code reporting
52.209-11, representation by corporations regarding delinquent tax liability or
a
felony conviction under any federal law
52.212-1 instructions to offerors- commercial items
52.212-3 offerors representations and certifications-commercial items alternate
i
52.225-25, prohibition on contracting with entities engaging in certain
activities or
transactions relating to iranrepresentation and
52.252-1, solicitation provisions incorporated by reference
252.203-7005 representation relating to compensation of former dod officials
252.204-7008 compliance with safeguarding covered defense information controls
252.203-7996, prohibition on contracting with entities that require certain
internal
confidentiality agreements
252.204-7008 compliance with safeguarding covered defense information controls
252.204.7011 alternative line item structure
52.204-17 ownership or control of offeror
52.209-5 certification regarding responsibility matters
52.209-6, protecting the government s interest when subcontracting with
contractors
debarred, suspended, or proposed for debarment
52.209-7, information regarding responsibility matters
52.252-5, authorized deviations in provisions
252.204-7004 alternate a, system for award management
52.204-13 system for award management 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 (june 2016)
52.209-10 prohibition on contracting with inverted domestic corporations
52.203-6 restrictions on subcontracting sales to the government
52.204-10 reporting executive compensation and first-tier subcontract awards
52.209-6 -- protecting the governments interest when subcontracting with
contractors
debarred, suspended, or proposed for debarment
52.209-9 updates of publicly available information regarding responsibility
matters
52.219-6 -- notice of total small business set-aside
52.219-8 -- utilization of small business concerns
52.219-14 -- limitations on subcontracting
52.219-16 -- liquidated damages -- subcontracting plan
52.219-28 post-award small business program representation
52.217-9 option to extend the term of the contract
52.222-3 convict labor
52.222-19 child labor---cooperation with authorities and remedies
52.222-50 combating trafficking in persons
52.223-18 encouraging contractor policies to ban text messaging while driving
52.225-13 restrictions on certain foreign purchases
52.232-40 providing accelerated payments to small business subcontractors.
52.233-4 applicable law for breach of contract claim
52.247-34, f.o.b. Destination
52.252-2 clauses incorporated by reference
52.252-6, authorized deviations in clauses
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
252.204-7003, control of government personnel work product
252.204-7012 safeguarding covered defense information and cyber incident
reporting.
252.204-7015, notice of authorized disclosure of information for litigation
support
252.205-7000, provision of information to cooperative agreement holders
252.209-7004, subcontracting with firms that are owned or controlled by the
government of a country that is a state sponsor of terrorism
252.225-7012, preference for certain domestic commodities
252.226-7001 utilization of indian organizations, indian-owned economic
enterprises,
and native hawaiian small business concerns
252.232-7010 levies on contract payments.
252.243-7002, requests for equitable adjustment
252.244-7000 subcontracts for commercial items
252.247-7023, transportation of supplies by sea
52.214-3, amendments to invitations for bids
52.214-4, false statements and bids
52.214-5, submission of bids
52.214-6, explanation to prospective bidders
52.214-7, late submissions, modifications, and withdrawals of bids
52.219-6, notice of total small business set-aside
52.219-28, post award small business program representation
far clause 52.212-5-contract terms and conditions required to implement
statutes or
executive orders -- commercial items applies to acquisition and includes
52.222-50,
combating trafficking in persons (22 u.s.c. 7104(g)), 52.233-3, protest after
award (31
u.s.c. 3553), 52.233-4, applicable law for breach of contract claim (pub. L.
108-77,
108-78), 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),
dfars clause 252-204-7001, commercial and government entity (cage) code
reporting 52.204-6, data universal numbering system (duns)
this rfq closes on september 15, 2016 at 17:00 pm, pacific daylight time
(pdt).
Quotes 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-
0510.
The point of contact for this solicitation is john mcivers at
john.mcivers@navy.mil. Please
include rfq n66001-16- t-0510 on all inquiries and upload your inquiry under
ssc
pacific/simplified acquisitions/n66001-16-t-0510.
All responding vendors must be registered to 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 registered duns and cage code numbers.
D -- information technology services, including telecommunications services
naics code:
541 -- professional, scientific, and technical services/541519 -- other computer related services
541 -- professional, scientific, and technical services/541519 -- other computer related services
for help: federal service deskaccessibility
added: sep 12, 2016 6:40 pm
Documents
Tender Notice