This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12,
Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition
Procedures.
This announcement constitutes only the solicitation. Competitive quotes are
being requested under N66001-15-T-6007 This requirement is set-aside for
small businesses, NAICS code is 334111 and the size standard is 1000
employees.
RFQ is for BRAND NAME ONLYDo Not Substitute
Item 0001, Dell PowerEdge R720, Network Server -2U Rack Server / See below
configuration
PowerEdge R720, Intel Xeon E26XX Processors (210-ABVP) / 1
PoworEdge R720 Molherboard, TPM (591 -BBBP) / 1
Mission Critical Package: 4-Hour 7X24 On-Srte ServiCe with Emergency
Oispalch. 2 Year Extended (936-4573) / 1
ProSupport: 7x24 HW I SW Tech Support and Assislance, 3 Year (936
4613) / 1
Dell Hardware limited Warranty Plus On Stle Service Extended Year
(939-2678) / 1
Dell Hardware Limited Warranty Plus On Site Service Initial Year (939
2768) / 1
Mission Critical Package: 4Hour 7x24 On-Site Service with Emergency
Dispatch, lnillal Year (988-9221) / 1
Dell ProSuppon. For loch support, vis~ htlp://support.dell.com/ProSupport
or call 1 -8009453355 (989-3439) / 1
MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (9968019)
On-SIIe lnstallahon Declined (900-9997) / 1
PowerEdge R720 Shipping (331-4437) / 1
Risers wilh up to 6, x8 PCte Slots+ I , xl6 PCte Stot (331-4440) / 1
i0RAC7 Enterprise (421-5339) / 1
Bmadeom 5720 QP 1Gb Network Daughler Card (430-4418) / 1
2.5" Chassis wllh up 10 16 Hard Drives (31 7-8474) / 1
Bezel (318-1375) / 1
Perlormance BIOS Selling (330-3492) / 1
RAID I+Unconfigured RAID tor H710PIH710/H310 (2 SAS + 114 HODs)
(331-4404) / 1
PERC H710 Integrated RAID Controller, 512MB NV Cache (3423529) / 1
Inlet Xeon ES-2643 3.30GHz, IOM Cache, S.OGT/s OPI, Turbo. 4C,
130W, Max Mem 1800MHz (317-9605) / 1
Heat Sink 1or PowerEdge R720 and R720xd (331 k4508) / 1
OIMM S&anks for Systems wUh 2 Processors (3178688)
Intel Xeon E52643 3.30GHz. 10M Cache. S.OGT/s OPI, Turbo, 4C,
130W (3179618) / 1
Heat Sink lor PowerEd~ R720 and R720xd (331 -4508) / 1
8GB ROIMM, 1600MT/s, Low Vol!, Single Rank, x4 Data Width (370.
AAVV) 4 / 1
1600MT/s RDIMMS (3314424 / 1)
Perlorrnance Optimized (331-4428) / 1
600GB 10K RPM SAS 6Gbps 2.5in Hot-plug Hard Drive (342-0847) / 5
300GB 10K RPM SAS 6Gbps 2.51n Hotplug Hard Drive (3420429) / 2
No System Documentation. NoOpenManage DVD Kit (3105171) / 1
DVD ROM, SATA, INTERNAL (3139092) / 1
AeadyAails Sliding Rails With Cable Management Ann (331-4433) / 1
Dual, Holplug, Redundant Power Supply (1+1), IIOOW (3314607) / 1
Power Cord. NEMA 5-15P to C13. 15 amp. wall plug. 10 feet / 3 meter (310-
8509) / 2
Internal Dual SO Module (3314441) / 1
1GB SO Card lor RIPS (3423595) / 1
1GB SO Card IO< RIPS (3423595) / 1
Enable Redundant SO Cards (468-4612) / 1
No Operating Syslem (420-6320) / 1
No Media Required (4215736) / 1
VMware ESXi 5.1 U2 Embedded Image on Flash Media (421 9385) / 1
Qty 1 0 EA. = $__________________
Item 0002, UID Cost applies for over $5,000.00
Qty 1 Lot = $___________________
Item 0003, Shipping Cost : Qty 1 Lot _________________
Spawar System Center Pacific
Receving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
"The statement below applies to CLIN 0001:
To be considered for award, the offeror MUST be an authorized distributor of
DELL products."
To be considered for award, the offeror certifies that the product being
offered
is an original, new and Trade Agreements Act (TAA) compliant product, and that
the subject products are eligible for all manufacturer warranties and other
ancillary services or options provided by the manufacturer. Offeror further
certifies that it is authorized by the manufacturer to sell the products that
are
the subject of this action in the U.S. (i.e., that the products are TAA
compliant
and that the offeror is authorized to sell them in the U.S.). Offerors are
required to submit documentation with the offer identifying its supply chain
for
the product, and certifying that all products are new, TAA compliant, and in
their
original packaging. By making an offer, offeror also consents to no cost
cancellation of the non-compliant awarded items if, upon inspection after
delivery, any products provided are not recognized or acknowledged by the
manufacturer as new and original products that are eligible for warranties and
all other ancillary services or options provided by the manufacturer or that
offeror was not authorized by the manufacturer to sell the product in the U.S.,
or that the product is in some manner not TAA compliant."
Basis for award: The government anticipates awarding a firm-fixed price
purchase order and it will be based on the lowest technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-77 (10/14/2014) and Defense Federal
Acquisition Regulation Supplement (DFARS) DPN 20141014 (Effective 15 Oct
2014). 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.
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract Terms and Conditions Commercial Items, incorporated by reference,
applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and
Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror
Representations and Certifications--Commercial Items applies to this
acquisition in e-Commerce.
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or Executive Orders, 52.219-6, Notice of Total Small Business Set-
Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor
Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21,
Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity
(E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s,
proclamations, and statutes administered by the Office of Foreign Assets
Control of the Department of the Treasury), 52.232-33, Payment by Electronic
Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-
5 Contract Terms and Conditions Required to Implement Statutes or Executive
OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-
99, System for Award Management Registration (Deviation), FAR 52.222-36,
Affirmative Action for Workers with Disabilities, 52.204-2, Security
Requirements, 252.209-7998, Representation Regarding Conviction of a Felony
Criminal Violation under any Federal or State Law, 252.211-7003, Item Unique
Identification and Valuation.
This RFQ closes on November 13, 2014 at 10:00 AM, Pacific Standard Time
(PST). Quotes uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil
under SSC Pacific/Simplified Acquisitions/N66001-15-T-6007
The point of contact for this solicitation is Nida B. Ramos at
[email protected].
Please include RFQ N66001-14-T-6007 on all inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Bid Protests Not Available