DEPARTMENT OF THE NAVY has floated a tender for Riverbed Gold Hardware Maintenance Support. The project location is USA and the tender is closing on 15 Sep 2016. The tender notice number is N66001-16-T-0510, while the TOT Ref Number is 8169810. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

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 details

Tender 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


Procurement Documents for USA

Access a comprehensive library of standard procurement documents specific to USA. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in USA

Explore Procurement Documents for USA


Want To Bid in This Tender?

Get Local Agent Support in USA and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?