United States - 59 -- Brand name Lenel, Cisco, and Allied Telesis equipment

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 November 2019
Opportunity publication date
05 November 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Nov 04, 2019 4:29 pm

This is a combined synopsis/solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a separate written solicitation will not be issued.

Competitive quotes are being requested under Request for Quote (RFQ) # N66001-20-Q-6016. For information regarding this solicitation, contact Paige Miller at 619-553-7734 or paige.miller2@navy.mil. Please use the subject line "N66001-20-Q-6016" on your e-mail messages. Questions and quotes must be uploaded on the NIWC e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6016. E-mail quotes or offers may not be accepted. For e- Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil.

THIS IS A BRAND NAME REQUIREMENT. DO NOT SUBSTITUTE REQUIREMENT.

To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows:

Item 0001 Intelligent Dual Reader Controller 12 OR 24 VDC @ 700MA, 6MB CARDHOLDER FLASH MEMORY, 50,000 EVENT MEMORY, MAXIMUM 32 DEVICES, ON-BOARD ETHERNET, ON-BOARD TWO DOOR CONTROL, OSDP SECURE CHANNEL ENCRYPTION WITH ONGUARD 7.2 AND UP. MFG: Lenel Systems International QTY: 1 Each

Item 0002 INPUT MODULE INPUT CONTROL MODULE, SERIES THREE, 12/24 VDC, 16 ZONE INPUT MONITOR MODULE, (32) 1K RESISTORS, ROHS, CE, C-TICK AND UL294 CERTIFIED MFG: Lenel Systems International QTY: 4 Each

Item 0003 OUTPUT MODULE OUTPUT CONTROL MODULE, SERIES THREE, 12/24 VDC, 16 RELAY OUTPUT CONTROL MODULE, ROHS, CE, C-TICK AND UL294 CERTIFIED MFG: Lenel Systems International QTY: 4 Each

Item 0004 ENCLOSURE LENEL UL LISTED HARDWARE ENCLOSURE (24" X 18" X 4.5"), ONLY WITH LOCK AND TAMPER SWITCH MFG: Lenel Systems International QTY: 1 Each

Item 0005 INTERFACE UNIT,COMM CISCO - SFP (MINI-GBIC) TRANSCEIVER MODULE, 1000BASE-LX/LH LONG-WAVELENGTH; WITH DOM MFG: Cisco QTY: 2 Each

Item 0006 INTERFACE UNIT,DATA CISCO - SFP (MINI-GBIC) TRANSCEIVER MODULE, 1000BASE-SX SHORT WAVELENGTH; WITH DOM MFG: Cisco QTY: 2 Each

Item 0007 TRANSCEIVER MODULE, 1000BASE-T SFP CISCO - SFP (MINI-GBIC) TRANSCEIVER MODULE , 1000BASE-T STANDARD MFG: Cisco QTY: 2 Each

Item 0008 FIBER TO ETHERNET CONVERTER MINI MEDIA CONVERTER 10/100/1000T TO 1000X/SFP, TAA MFG: Allied Telesis, Inc QTY: 2 Each

NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211- 7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item.

Delivery Date: 30 Days or sooner after receipt of order

Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:

NAVAL INFORMAITON WARFARE CENTER PACIFIC Attn: Mark Boucher 2293 Victor Wharf Access Rd Pearl City, HI 96782

The provision at FAR 52.212-1, Instruction to Offerors ? Commercial Items (Aug 2018) (Deviation 2018- O00018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety:

Instructions to Quoters:

(a) North American Industry Classification System (NAICS) code and small business size standard. The applicable NAICS code is 334290. The small business size standard is 750 employees.

(b) Submission of quotations. You must submit your quotation electronically by uploading it to the NIWC e-commerce website at https://e-commerce.sscno.nmci.navy.mil under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6016. As a minimum, your quotation must show-

(1) The solicitation number;

(3) The name, address, CAGE and DUNS codes, and telephone number of the quoter;

(4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(6) Price and any discount terms;

(7) FOB destination shipping charges.

(8) A completed copy of the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

(9) Acknowledgment of solicitation amendments.

Evaluation Factors:

The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation, who is registered with Wide Area Work Flow (WAWF), and 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.

Factor I ? Technical Acceptability: This requirement is for 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 they are an authorized reseller and the products being offered is an original, new Lenel, Cisco, and Allied Telesis products.

Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable.

Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government.

Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award.

Basis for Award:

The Government intends to award a delivery order to the quote that is most advantageous to the Government, price and non-price factors considered. 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 above.

This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-06, Effective 10 September 2019 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 201910913. 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 http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm.

The following provisions apply to this acquisition:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) (a) Definitions. As used in this provision? "Covered telecommunications equipment or services", "Critical technology", and "Substantial or essential component" have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing? (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Representation. The Offeror represents that? It $B""(B will, $B""(B will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) NOTE: Please fill out certification in 52.204-24 (c) and submit in quote.

The following solicitation provisions are incorporated by reference:

FAR 52.204-7, System for Award Management (Oct 2018)

FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018)

DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018)

Contract Terms and Conditions:

1) SUPPLEMENTAL WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

(a) The following Wide Area WorkFlow (WAWF) payment instructions supplement 252.232-7006.

(b) Interim Voucher costs are to be broken down in a clear and logical manner with fully burdened cost information (inclusive of fee). Cost information shall include: 1) all labor categories and individuals utilized during the billing period; 2) number of hours and fully burdened hourly labor rates (including fee) per individual*; 3) material (consumable and non-consumables) description and fully burdened costs, separated by type; 4) fully burdened travel costs itemized by trip, date and individual; 5) other fully burdened direct costs not separately identified (e.g., reproduction, cell phones, equipment rentals); 6) subcontractor costs itemized with the same level of detail; and 7) average actual hourly labor rates (total actual fully burdened labor cost/total # hours performed).

*In lieu of providing names of individuals, you may choose to assign an "employee code" to each individual. If the aforementioned methodology is chosen, the Contracting Officer may require an employee matrix mapping the employee codes to an individual name.

Attachments created with any Microsoft Office product or Adobe (.pdf files) are to be attached to the invoice in WAWF. The total size limit for files per invoice in WAWF is 5 megabytes. A separate copy of the invoice with back-up documentation shall be emailed to the COR.

(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but will submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable cost back-up documentation supporting payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF shall also be provided to each point of contact identified in section (g) of 252.232-7006 by email. If the invoice and/or receiving report are delivered in the email as an attachment, it must be provided as an Adobe (.pdf file), Microsoft Office product, or other mutually agreed upon form between the Contracting Officer and vendor.

(d) A separate invoice will be prepared no more frequently than for every two weeks. Do not combine the payment claims for services provided under this contract.

(e) In accordance with DFARS 204.7104-1 Informational subline item numbers (e.g., 000101, 000102) shall not be priced separately for payment purposes. Therefore, you are reminded to bill at the CLIN level using the applicable ACRN (e.g., AA, AB, AC). DFAS will reject invoices that contain informational subline items.

2) LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION

(a) Definition. "Confidential Business Information," (information) as used in this text, is defined as all forms and types of financial, business, economic or other types of information other than technical data or computer software/computer software documentation, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep protect such information, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Information does not include technical data, as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). Similarly, information does not include computer software/computer software documentation, as those terms are defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4).

(b) The Naval Information Warfare Systems Command (NAVWAR) may release to individuals employed by NAVWAR support contractors and their subcontractors. Information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its information, but only for purposes as described in paragraph (c) of this text.

(c) Circumstances where NAVWAR may release the contractor's or subcontractors' information include the following: (1) To other NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in handling and processing information and documents in the administration of NAVWAR contracts, such as file room management and contract closeout; and, (2) To NAVWAR contractors and subcontractors, and their employees tasked with assisting NAVWAR in accounting support services, including access to cost-reimbursement vouchers.

(d) NAVWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. NAVWAR will permit the limited release of information under paragraphs (c)(1) and (c)(2) only under the following conditions: (1) NAVWAR determines that access is required by other NAVWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2); (2) Access to information is restricted to individuals with a bona fide need to possess; (3) Contractors and their subcontractors having access to information have agreed under their contract or a separate corporate non-disclosure agreement to provide the same level of protection to the information that would be provided by NAVWAR employees. Such contract terms or separate corporate non-disclosure agreement shall require the contractors and subcontractors to train their employees on how to properly handle the information to which they will have access, and to have their employees sign company non- disclosure agreements certifying that they understand the sensitive nature of the information and that unauthorized use of the information could expose their company to significant liability. Copies of such employee non-disclosure agreements shall be provided to the Government; and (4) NAVWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use the information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2).

(e) NAVWAR's responsibilities under the Freedom of Information Act are not affected by this text.

(f) The contractor agrees to include, and require inclusion of, this text in all subcontracts at any tier that requires the furnishing of information.

3) SUBMISSION OF ELECTRONIC PROPOSALS

(a) Offerors shall submit proposals electronically to NIWC Pacific under the instructions contained in this provision. Included with Volume I of the proposals shall be a scanned version of the signed SF 33. Offerors shall submit their signed proposals as only four files. This shall consist of three "PDF" files (i.e., Volume I, Volume II, and Volume III) and a second version of the cost proposal/Rate Sheet as an electronic file compatible with Microsoft Excel 2010. The second version of the cost proposal shall include a copy of all cost proposal data tables in Microsoft Excel 2010 or compatible format with functional (i.e., not "read only") formulas. The Microsoft Excel version shall be submitted as a single Excel file. Therefore, each offeror's total submission shall include only four files (or one compressed ZIP file containing only four files).

Electronic copies shall be submitted via the NAVWAR E-Commerce Central (NAVWAR E-CC). Offerors shall register in the NAVWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the NAVWAR E-CC. For information about electronic submission, please visit the NAVWAR E-CC at https://e-commerce.sscno.nmci.navy.mil.

(b) Each electronic file shall also be clearly marked to show the proposal volume number, solicitation number and offeror's name. Files shall not contain classified data. The offeror's electronic proposal shall be in accordance with the requirements set forth below:

(1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files.

(2) The proposal submission files may be compressed (zipped) into one, ZIP file entitled "PROPOSAL.ZIP" using WinZip version 6.3 or greater. This is the preferred method for submission.

(3) Cost or Pricing Type Data: All information relating to cost and pricing type data shall be included only in the section of the proposal designated by the Contracting Officer as the Cost Proposal and in the second copy compatible with Microsoft Excel 2010. Under no circumstances shall cost and pricing type data be included elsewhere in the proposal.

(c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items" or the FAR 52.215-1 "Instructions to Offerors?Competitive Acquisition" provision contained in the solicitation.

Clauses Incorporated by Reference.

FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-15, Commercial and Government Entity Code Reporting (Jul 2019) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-3- Offeror Representations and Certifications - Commercial Items and Services FAR 52.222-3, Convict Labor (June 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 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer? System for Award Management (Oct 2018) 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) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008, Sources of Electronic Parts (May 2018) DFARS 252.247-7023, Transportation of Supplies by Sea?Basic (Apr 2014)

The Government reserves the right to add/ remove clauses on the resulting contract, as required by regulations and statutes.

The point of contact for this solicitation is Paige Miller at paige.miller2@navy.mil. Please include RFQ # N66001-20-Q-6016 on all inquiries. THIS RFQ CLOSES ON 11/15/2019 AT 13:00 PST.

Opportunity closing date
15 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy Naval Information Warfare Center Pacific United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?