United States - 70 -- ForeScout Technologies Appliances, Licenses, & Maintenance Plans
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 19 August 2019
- Opportunity publication date
- 09 August 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Aug 08, 2019 5:20 pm
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.
Competitive quotes are being requested under Request For Quote (RFQ) Number
N66001-
19-Q-6849. The North American Industry Classification System (NAICS) code
applicable
to this acquisition is 511210 and the small business size standard is $38.5
million of
dollars.
Competitive quotes are being requested under Request For Quote (RFQ) Number
N66001-
19-Q-6649. The North American Industry Classification System (NAICS) code
applicable
to this acquisition is 511210, ForeScout Technologies Appliances, Licenses, and
Maintenance Plans and the small business size standard is $38.5 million of
dollars. This
is a Full and Open Competition Competitive Proposal requirement.
DESCRIPTION OF REQUIREMENTS
The Government is seeking to acquire ForeScout Technologies Appliances,
Licenses, and
Maintenance Plans. THIS IS A BRAND NAME 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:
SEE ATTACHED LINE ITEMS SPECIFICATIONS 0001 thru 0017.
Delivery Date: 7 days after receipt of order (ARO).
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
N66001
SPAWARSYSCEN PACIFIC
106 Peacekeeper DR
RM 107 Golf Corridor
BLDG 301D, Entrance 12 (Loading Dock)
OFFUTT AFB, NE 68113
OFFEROR INSTRUCTIONS
The Government will award a Firm Fixed Price contract resulting from this
solicitation to
the responsible offer whose quotation conforming to the solicitation and deemed
technically acceptable. 'EVALUATION FACTORS FOR AWARD' Section below. A
complete
quote must be received for consideration. 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
unacceptable and
ineligible for contract award. A complete quote includes a response and
submission to
each of the following:
1. General Information: Offeror 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, and Primary Point of Contract (to include telephone and e-mail address).
2. Technical Acceptability Documentation:
a. The offer must address and meet the requirements/specifications as defined
under
Technical Acceptability in 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 "ALL" line items and each offeror must submit supporting
documentation, as
needed:
To be considered for award, the offeror/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.
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 offeror, who is registered with Wide Area Work Flow
(WAWF) and
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. An offer will be considered non-responsive if technical
acceptability is not met.
Technical Acceptability is defined in Factor I below.
Factor I Technical Acceptability: 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 in paragraph #2 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 offeror is
required to
certify that the product being offered is an original, new, and TAA compliant
(reference 2
(c) above) product. The Government will only accept the required brand name
product
as specified for each individual item listed in the "DESCRIPTION OF
REQUIREMENTS"
section above. Notice: Reseller must be "FEDERAL" authorized resell partner.
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 taxes,
shipping, and handling costs.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
DUE DATE AND SUBMISSION INFORMATION
Eligible Offerors: All offerors 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 offerors shall have
registered CAGE and DUNS Codes.
Page Limitations: NONE
Formatting Requirements: Submit quotes in electronic PDF or Word format; and
text
shall be formatted on an 8 by 11inch page in 12 point Times New Roman font.
Questions Submission Requirements: Questions must be addressed to Cynthia
Horriat at
(619) 553-3755 or cynthia.horriat@navy.mil. Include RFQ# N66001-19-Q-6849 on
all
inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on Monday, 19 August
2019 at 10:00 A.M., Pacific Standard Time. Quotes must be uploaded on the
SPAWAR e-
Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC
Pacific/Simplified Acquisitions/N66001-19-Q-6849. E-mail quotes or offers will
not be
accepted and late quotes will not be accepted.
Government RFQ Point of Contract: The point of contact for this solicitation
is Cynthia
Horriat at cynthia.horriat@navy.mil. Reference RFQ # N66001-19-Q-6849 on all
exchanges regarding this acquisition.
APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2019-01 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20180928. 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 or https://acquistion.gov/far/.
The following FAR and DFARS provisions, incorporated by reference, apply to
this
acquisition:
52.204-7, System for Award Management (Oct 2016)
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)
52.204-17, Ownership or Control of Offeror (Jul 2016)
52.204-20, Predecessor of Offeror (Jul 2016)
52.204-23, Prohibition on Contracting for Hardware, Software, and Services
Developed or
Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-
Representation (Nov 2015)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or
a
Felony Conviction under any Federal Law (Feb 2016)
52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items
(Jan
2017);
52.219-1 and Alt I, Small Business Program Representations (Oct 2014)
52.222-22, Previous Contracts and Compliance Reports (Feb 1999)
52.222-25, Affirmative Action Compliance (Apr 1984)
52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-
Representation (Dec 2016)
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
52.252-5, Authorized Deviations in Provisions (Apr 1984)
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011)
252.213-7000, Notice to Prospective Suppliers on Use of Past Performance
Information
Retrieval System- Statistical Reporting in Past Performance Evaluations (Jun
2015)
252.217-7026, Identification of Sources of Supply (Nov 1995)
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992)
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to this acquisition and includes
the
following clauses by reference:
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 (Oct 2016);
52.222-21, Prohibition of Segregated Facilities (Apr 2015);
52.222-26, Equal Opportunity (Sep 2016);
52.222-50, Combating Trafficking in Persons (Mar 2015);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug
2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); and
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:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.204-19, Incorporation by Reference of Representations and Certifications
(Dec 2014);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017);
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders -- Commercial Items applies to acquisition and includes:
52.232-25, Prompt Payment (Jul 2013);
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-1, Disputes (May 2014);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34, F.O.B. Destination (Nov 1991);
52.252-2, Clauses Incorporated by Reference (Feb 1998);
52.252-6, Authorized Deviations in Clauses (Apr 1984);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.223-7008, Prohibition of Hexavalent Chromium (May 2011);
252.225-7001, Buy American and Balance of Payment Program- Basic (Dec 2016)
252.225-7048, Export-Controlled Items (Jun 2013);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.243-7001, Pricing of Contract Modifications (Dec 1991);
252.244-7000, Subcontracts for Commercial Items (Jun 2013);
- Opportunity closing date
- 19 August 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.