OEM Aruba Networking Wireless Infrastructure Products

Agency: DEPT OF DEFENSE
State: New Jersey
Type of Government: Federal
Category:
Posted: Apr 16, 2024
Due: Apr 17, 2024
Solicitation No: N68335-24-Q-0145
Publication URL: To access bid details, please log in.
Follow
OEM Aruba Networking Wireless Infrastructure Products
Active
Contract Opportunity
Notice ID
N68335-24-Q-0145
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 16, 2024 02:25 pm EDT
  • Original Published Date: Apr 09, 2024 02:38 pm EDT
  • Updated Date Offers Due: Apr 17, 2024 05:00 pm EDT
  • Original Date Offers Due: Apr 16, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 02, 2024
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Joint Base MDL , NJ 08733
    USA
Description View Changes

The Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD LKE) has a requirement to procure brand name OEM Aruba Networking wireless infrastructure products. The Government intends to award a Firm-Fixed Price contract. The Period of Performance for the subsequent contract award will be from the date of contract award through 13 March 2025. This is for the annual subscription ending 13 March 2025.



(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, and FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Subpart 12.6 & FAR Part 13 under combined synopsis/solicitation number N68335-24-Q-0145. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-01. (iv) This solicitation is open to Small Business concerns only. NAICS is 513210 with a size standard of $47,000,000.00. (v) Please see Attachment 001_Price Sheet for a list of the line item number(s) and items, quantities, and units of measure. (vi) The description of the requirements for the items to be acquired are provided in the description above and Attachment 001_Price List attached below. (vii) FOB point is destination to NAWCAD LKE. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. (viii) FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.



(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



Award will be made to the lowest price responsible Offeror that is deemed Eligible for award. The Government will evaluate quotations based on the following criteria: 1) Award Eligibility; and, 2) Price.



1) Award Eligibility



Award Eligibility shall be determined by the following:



A. Demonstration that the Offeror is an authorized distributor of the identified brand name manufacturer. Acceptable demonstration is as follows: Prime level Offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. If the prime Offeror's subcontractor is the authorized distributor, then the prime-level Offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime Offeror was the authorized distributor; AND



B. Offeror provides an exact match of the part numbers listed in Attachment 001 of this combined synopsis/solicitation.



If an Offeror does not provide the entire list of equipment, or is not an authorized distributor, the Offeror will be deemed Ineligible for award. If an Offeror does not submit pricing for all the line items identified in the Attachment 001 spreadsheet, the Offeror will be deemed Ineligible for award. If the Offeror provides pricing for all the line items identified in the Attachment 001 spreadsheet and is an authorized distributor, the Offeror will be deemed Eligible for award.



2) Price:



An Offeror’s Total Evaluated Price will be determined by multiplying the proposed unit prices, by the required quantities identified in each Contract Line Item Number (CLIN). For competitive evaluation purposes, the evaluated price for this procurement will be based on a sum of all CLINs. Offerors must provide pricing for all CLINs. All CLINs will be included in the total evaluated price. Each Offeror’s price proposal shall be evaluated to determine if it is complete.



In accordance with FAR 15.305(a)(1), competition establishes price reasonableness. Therefore, when contracting on a firm-fixed-price basis, comparison of the proposed prices will usually satisfy the requirements to perform a price analysis, and a cost analysis need not be performed. Since this will be conducted using competitive procedures, adequate price competition is expected as the basis for determining the fair and reasonableness of the selected Offeror’s price.



In the event that there is only one satisfactory offer, the Government reserves the right to request additional cost or pricing data as necessary from both the Offeror and subcontractors, and may conduct negotiations with the Offeror, pursuant to FAR Part 15.403-4 in order to ensure a reasonable and realistic price.



A Competitive Fair and Reasonable Price Determination will be reviewed and approved by the Procuring Contracting Officer. The Competitive Fair and Reasonable Price Determination will establish price reasonableness and determine responsibility (FAR 9.103).



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award management (SAM). (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items applies to this acquisition; the following provisions apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); 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); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020); 52.225-1, Buy American-Supplies (Oct 2022); 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018). (xiii) Additional clauses and provisions and requirements:



FAR 52.204-7: System for Award Management



FAR 52.204-13: System for Award Management Maintenance



FAR 52.204-16: Commercial and Government Entity Code Maintenance



FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems



FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-27: Prohibition on a ByteDance Covered Application



FAR 52.219-6: Notice of Total Small Business Set-Aside



FAR 52.225-18: Place of Manufacture



FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation



FAR 52.227-1: Authorization and Consent



FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.



FAR 52.229-3: Federal, State And Local Taxes



FAR 52.232-39: Unenforceability of Unauthorized Obligations



FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors



FAR 52.252-2: Clauses Incorporated By Reference



DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights



DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7003: Control Of Government Personnel Work Product



DFARS 252.204-7007: Alternate A, Annual Representations and Certifications



DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.211-7003: Item Unique Identification and Valuation



DFARS 252.211-7008: Use of Government-Assigned Serial Numbers



DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors



DFARS 252.217-7026: Identification of Sources of Supply



DFARS 252.223-7008: Prohibition of Hexavalent Chromium



DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic



DFARS 252.225-7002: Qualifying Country Sources As Subcontractors



DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies



DFARS 252.225-7012: Preference For Certain Domestic Commodities



DFARS 252.225-7013: Duty-Free Entry—Basic



DFARS 252.225-7048: Export-Controlled Items



DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006: Wide Area Workflow Payment Instructions



DFARS 252.232-7010: Levies on Contract Payments



DFARS 252.243-7001: Pricing Of Contract Modifications



DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services



Additional requirements: Responses must be received by 17 April at 5:00PM EDT via email only. Questions may be submitted no later than 17 April 2024 at 5:00PM EDT. The Point of Contact is Clement Slavick, clement.m.slavick.civ@us.navy.mil. All quotations shall be in accordance with this solicitation and Attachment 001_Price Sheet.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 9, 2024[Combined Synopsis/Solicitation (Original)] OEM Aruba Networking Wireless Infrastructure Products
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Industry Day 2023 - Hereford Inlet to Cape May Inlet Coastal Storm

Federal Agency

Bid Due: 10/31/2024

# Title Entity Description Type Status Pre-Conference Opening Date CCMUA Bid #21-18 Supply

County Camden

Bid Due: 10/28/2024

Upcoming Purchases & Bid Solicitations Upcoming Purchases and Bid Solicitations Request For Proposal

Delaware River Port Authority

Bid Due: 5/06/2024

Status Ref# Project Department Close Date Days Left Action Open BC-C-24-006 Medical Examiner's

Bergen County

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.