Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N66604-19-Q-1450
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format...
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued. This solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)&(h). Request For Quotation (RFQ) number is N66604-19-Q-1450. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for SafeNet Assured Technologies, Inc. (SafeNet AT) products on a Brand Name basis, no substitutions allowed, as specified in the attached Brand Name Specification. The anticipated CLIN structure is as follows: CLIN Mfgr P/N Description Quantity 1 936-099719-001-000G Ethernet Encryptor, 1 GBPS, Dual AC 3 2 936-099719-001-000G-PM1 Ethernet Encryptor, 1 GBPS, Dual AC Plus Maintenance, 1 Year 3 3 936-099898-001G CypherManager 7, SITE License 1 4 973-099898-001GPM1 CypherManager 7, SITE License Plus Maintenance 1 Year 1 5 975-959942-001-000G SFP, 1000BASE-SX (500M), Multi-Mode, 850NM 3 6 975-959942-001-000G-PM1 SFP, 1000BASE-SX (500M), Multi-Mode, 850NM Plus Maintenance 1 Year 3 7 975-959940-001-000G SFP, 1000BASE-LX (10KM), Single Mode, 1310NM 3 8 975-959940-001-000G-PM1 SFP, 1000BASE-LX (10KM), Single Mode, 1310NM Plus Maintenance 1 Year 3 9 967-999943-001-000G Power Cord, 110 VAC, USA, ROHS-967-999943-001-000 3 F.O.B. Destination Naval Undersea Warfare Center Division: Newport, RI 02841 Delivery: 30 Days ARO The North American Industry Classification Systems (NAICS) code for this requirement is 334118. The Small Business Size Standard is 1,000 employees. This action is being processed as a small business set-aside to SafeNet AT resellers. The NUWCDIVNPT Office for Small Business Programs concurs with this determination. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 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 apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information and Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the items as detailed in the Brand Name Specification attached, (no substitutions allowed) in the quantities specified. In order to be determined technically acceptable: (1) the offeror must quote the items specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Payment will be via Wide Area Work Flow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price and the following additional information with submissions: Point of contact (including phone number and email address), Contractor Cage Code, Contractor DUNs number. Offers must be received on or before 1 April 2019 at 2:00 p.m. Eastern Time (ET). Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to Debra Dube, (401) 832-2281 at debra.dube@navy.mil.