Description
1. 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.
2. Competitive quotes are being requested under Request for Quote (RFQ) Number
N66001-23-Q-6080. The North American Industry Classification System (NAICS) code
applicable to this acquisition is Code 541519, NAICS Title: Information Technology Value
added Resellers and the small business size standard is 150 Employees. This
procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small
Business Concerns will be accepted by the Government. Any quote that is submitted by a
non-Small Business Concern will not be considered for award.
DESCRIPTION OF REQUIREMENTS
Naval Information Warfare Center Pacific (NIWC Pacific) (formerly, Space and Naval
Warfare Systems Center Pacific) is seeking to acquire, on a Firm Fixed-Price basis,
Computing Hardware and Associated Software for the Deployable Mission Support Suite
(DMSS) Fly Away Kits (FAK) utilized by the US Navy Cyber Protection Teams (CPTs),
under the authority of Federal Acquisition Regulation (FAR) Part 12 Acquisition of
Commercial Items and FAR Subpart 13.5 - Simplified Procedures for Certain Commercial
Products and Commercial Services. 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:
LINE ITEM #DESCRIPTIONPART NUMBERQTY
0001DMSS-N-Missionv1: Small form factor computing hardware and
transportation gear designed to provide a virtualization environment in a modular,
scalable, highly available, hype converged configuration, includes extra system hard
drives.DMSS-N-Missionv14
0002DMSS-N-Mission DELL 4112TDMSS-N-Mission DELL 4112T8
0003DMSS-N-Mission DELL 4112FDMSS-N-Mission DELL 4112F8
0004Monthly Term license for SecureVUE software up to 50TB per day in V Series
for cloud and virtual environments. Capabilities included: NetVUE for V Series, App
Metadata intelligence, App Filter Intelligence, SSL Decryption. Includes bundled elite
support. 36 months.DMSS-N-VBL-
50T-BN-SVP4
0005*Shipping FOB DESTINATIONN/AN/A
*If not already included
The expected delivery date is on or before 01 June 2023.
The delivery location is:
Naval Information Warfare Center, Pacific
ATTN: Receiving Officer
700 Robbins Ave, BLDG 7D
Philadelphia , PA 19111
OFFEROR INSTRUCTIONS
The Government intends to award a Firm Fixed Price contract resulting from this
solicitation to the responsible offeror whose quotation conforming to the solicitation
represents the most advantageous offer as defined in the 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 non-responsive 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, Primary Point of Contract (to include telephone and e-mail address) and
provide a GSA contract number if some or all items proposed are on the GSA schedule.
FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications –
Commercial Items, applies to this acquisition. Offerors must include a completed copy of
this provision with offer.
2. Technical Acceptability Documentation:
a.Technical Approach or Specifications:
The "Brand Name" item (including part number) along with the salient physical,
functional, and performance characteristics that a "Brand Name" product must meet are
specified in the item descriptions given in the table above. Offerors shall provide a quote
(no page limit) that identifies the Brand Name item. Additionally, offerors shall specify
delivery timeframes in their quote that meet or exceed the required delivery timeframe
specified above. The offer must address and meet the requirements/specifications as
defined under Technical Acceptability in Factor I below.
b.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 may be 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. Additionally, all offerors are required to provide new originally packaged
items that are TAA compliant.
c.Counterfeit IT Certification: The following IT related statement applies to
CLIN(s) 0001-0004
The offeror certifies that the product(s) being delivered are new and in their original
packaging. The subject product(s) are eligible for all manufacturer warranties and other
ancillary services or options provided by the original manufacturers, authorized suppliers,
or suppliers that obtain parts from the manufacturer or its authorized supplier.
The offeror further certifies that it is authorized by the manufacturer to sell the product
(s). The offeror is required to submit documentation identifying its supply chain for the
product(s). Within the aforementioned documentation, the offeror shall also identify the
country of manufacture and indicate one of the following, if applicable:
• Manufacturing occurs in the U.S., but more than 50% of the cost of components is from
foreign/nonqualifying country content.
• Originally foreign manufactured products substantially transformed in the United States
or a designated country
The offeror assumes responsibility for authenticity. Costs of counterfeit parts are
unallowable unless the conditions set forth in DFARS 231.205-71(b) are met.
By making an offer, the offeror acknowledges that a full or partial termination for
default/cause for non-compliant awarded items may occur if any of the products provided
are not recognized or acknowledged by the manufacturer as new products eligible for
warranties and all other ancillary services or options provided by the manufacturer, or
the offeror was not authorized by the manufacturer to sell the product in the U.S."
2.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 or are priced out separately per the
table above.
3.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.
4.Representation: To be considered for award, offerors are required to submit
the representations at FAR 52.204-24, FAR 52.204-26 (if applicable), DFARS 252.204-
7016, and DFARS 252.204-7017 (if applicable).
EVALUATION FACTORS FOR AWARD:
Basis for Award: The Government intends to award a contract to the most advantageous
to the Government offeror whose item(s) conform to the requirements listed in 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. 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:
• This requirement contains supplies that are Brand Name. To be considered
for award, the offeror is required to certify that the product being offered is an original,
new, TAA compliant and is the specific brand name product identified above.
The Government will only accept the required brand name product.
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 to the shipping address listed above as outlined in
paragraph 3 above. All prices will be evaluated for reasonableness in accordance with
FAR 13.106-3(a) Basis for
Award.
Award will be made to the firm that is determined to offer the most advantageous quote,
considering Technical Acceptability and Price.
Notice: Any offer rated "Unacceptable" under any one of the above factors may be
determined to be ineligible for contract award.
Contractors are required to submit the representations at FAR 52.204-24 and FAR
52.204-26 (if applicable); DFARS 252.204-7016 and DFARS 252.204-7017 (if
applicable); 252.225-7974 and 252.225-7973. Additionally, the Government requires a
completed copy of the provision at FAR 52.212-3, Offeror Representations and
Certifications—Commercial Items (Oct 2018)—Alternate I (Oct 2014), to be submitted
with your quotation.
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: Not applicable.
Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text
shall be formatted on an 8 ½ by 11 inch page in 12 point Times New Roman font.
Questions Due Date and Submission Requirements: All questions must be received
before 15 February 2023 at 12:00 PM, Pacific Time. Questions must be uploaded on the
NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC
Pacific/Simplified Acquisitions/N66001-23-Q-6080. Include RFQ# N66001-23-Q-6080 on
all inquiries. Questions may be addressed at the discretion of the Government.
RFQ Due Date and Submission Requirements: This RFQ closes on 21 February 2023 at
12:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website
at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified
Acquisitions/N66001-23-Q-6080. E-mail quotes or offers will not be accepted and late
quotes will not be accepted.
NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the
NAVWAR Paperless Help Desk at 858-537-0644 or ebusiness.navwar.fct@navy.mil.
Government RFQ Point of Contract: The primary point of contact for this solicitation is
Hannah Chichester at hannah.m.chichester.civ@us.navy.mil.
Secondary points of contact are:
Ashley Prokop at ashley.c.prokop.civ@us.navy.mil and
Julius Arrascue-Pastor at julius.j.arrascue-pastor.civ@us.navy.mil
Reference the RFQ# N66001-23-Q-6080 on all email exchanges regarding this acquisition.
The following provisions are incorporated by reference:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal
Transactions (SEP 2007)
52.204-7 System for Award Management (October 2018)
52.204-16 Commercial and Government Entity Code Reporting (August 2020)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment (OCT 2020)
52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT
2020)
52.212-1 Instructions to Offerors- Commercial Items (June 2020)
52.212-2 Evaluation- Commercial Items (OCT 2014)
52.212-3 Offeror Representations and Certifications- Commercial Items (FEB 2021)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV
2011)
252.204-7016 Covered Defense Telecommunications Equipment or Services—
Representation (DEC 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services—Representation (DEC 2019)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
(MAY 2022)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft
Systems (MAY 2020)
252.239-7017 Notice of Supply Chain Risk (FEB 2019)
(End of clause)
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:
52.203-6 Restrictions on Subcontractor Sales to the Government ALT I (JUN 2020)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (JAN 2017)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT
2018)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities (JUL 2018)
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment (AUG 2020)
52.209-6 Protecting the Governments Interest When Subcontracting with Contractor
Debarred Suspended or Proposed for Debarment (OCT 2015)
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
(OCT 2018)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-8 Utilization of Small Business Concerns (OCT 2018)
52.219-14 Limitations on Subcontracting (MAR 2020)
52.219-28 Post-Award Small Business Program Representation (NOV 2020)
52.222-3 Convict Labor (JUNE 2003)
52.222-19 Child Labor—Cooperation with Authorities and Remedies (JAN 2020)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC
2010)
52.222-50 Combating Trafficking in Persons (OCT 2020)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN
2020)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)
52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT
2018)
52.233-3 Protest after Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.239-1 Privacy or Security Safeguards (AUG 1996)
52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)).
The following FAR and DFARS clauses, incorporated by reference, apply to this
acquisition:
52.203-3 Gratuities APR 1984
52.203-12 Limitation On Payments To Influence Certain Federal Transactions
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.201-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020)
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (NOV 2021)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015)
52.212-4 Contract Terms and Conditions—Commercial Items (OCT 2018)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.247-34 F.O.B Destination (NOV 1991)
52.252-5 Authorized Deviations in Provisions (NOV 2020)
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)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
(Oct 2016)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY
2016)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services (JAN 2021)
252.204-7022 Expediting Contract Closeout (MAY 2021)
252.211-7003 Item Unique Identification and Valuation (MAR 2016)
252.211-7008 Use of Government-Assigned Serial Numbers (Sep 2010)
252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7012 Preference for Certain Domestic Commodities (DEC 2017)
252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten
(OCT 2020)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft
Systems. (DEVIATION 2020-O0015) (MAY 2020)
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises,
and Native Hawaiian Small Business Concerns (APR 2019)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC
2018)
252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on
Fees and Consideration (APR 2020)
252.239-7018 Supply Chain Risk (FEB 2019)
252.244-7000 Subcontracts for Commercial Items (JAN 2021)
252.246-7008 Sources of Electronic Parts (MAY 2018)
252.247-7023 Transportation of Supplies by Sea--Basic (FEB 2019)
The following clauses are incorporated by full text:
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
(a) Definition. Small business concern, as used in this clause—
(1) Means a concern, including its affiliates, that is independently owned and
operated, not dominant in the field of operation in which it is bidding on Government
contracts, and qualified as a small business under the size standards in this solicitation.
(2) Affiliates, as used in paragraph (a)(1) of this clause, means business
concerns, one of whom directly or indirectly controls or has the power to control the
others, or a third party or parties control or have the power to control the others. In
determining whether affiliation exists, consideration is given to all appropriate factors
including common ownership, common management, and contractual relationships. SBA
determines affiliation based on the factors set forth at 13 CFR 121.103.
(b) Applicability. This clause applies only to-
(1) Contracts that have been totally set aside for small business concerns; and
(2) Orders set aside for small business concerns under multiple-award contracts
as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) General. (1) Offers are solicited only from small business concerns. Offers
received from concerns that are not small business concerns shall be considered
nonresponsive and will be rejected.
(2) Any award resulting from this solicitation will be made to a small business
concern.
(End of clause)
RFQ ATTACHMENTS:
Attachment 1- Brand Name J&A
Attachment 2- DFARS Reps and Certs