Federal Bid

Last Updated on 26 May 2021 at 4 PM
Combined Synopsis/Solicitation
San diego California

Brand Name Requirement (CANES PoR) - Workstations HP Z2 G5 SFF i310100

Solicitation ID N66001-21-Q-6327
Posted Date 26 May 2021 at 4 PM
Archive Date 17 Jun 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Niwc Pacific
Agency Department Of Defense
Location San diego California United states 92152
Amend 002 - Q&A for HP Z2 G5 SFF i310100

Q1. What are the software applications they will be using the system for?
A1. The software are a mixture of COTS and GOTS. They will vary depending upon type of shipboard design they
will be placed upon and when new applications arrive for testing.

Q2. Is there a need for any GPU?
A2. No other changes are required to the model number provided.
__________________________________________________________________________________________

Amend 001 - Extend RFQ DUE DATE AND SUBMISSION INFORMATION AND TO ALLOW MORE TIME TO ADDRESS
Q&As.

RFQ Due Date and Submission Requirements: This RFQ closes on 02 June 2021 at 3:00 PM, Pacific Time.
________________________________________________________________________________________
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 N66001-21-Q-6327. The North
American Industry Classification System (NAICS) code applicable to this acquisition is 334111, Electronic
Computer Manufacturing and the small business size standard is 1,250 employees. This procurement is a Total
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
The Government is seeking to acquire Brand Name (Do NOT Substitute) HP Z2 G5 Workstations in support of the
Consolidated Afloat Networks and Enterprise Services (CANES) Program of Record (PoR). 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 NO: 0001
DESCRIPTION: Workstations HP Z2 G5 SFF i310100 32GB/500 PC
QUANTITY: 24 EACH
MPN: 39R67UC A BA


The expected delivery date is 60 Days ARO. The Government is seeking Free on Board (FOB) Destination pricing
to the following shipping address:

The delivery location is:
NIWC Atlantic
9456 Fourth Ave Bldg. G V-53 (ILS)
Norfolk, VA 23511



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 Lowest Price Technically Acceptable (LPTA)
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), Federal Tax ID, Primary Point of Contract (to include telephone and e-
mail address).

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:

To be considered for award, the Government may request the offeror/contractor 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. Vendors must be an authorized source to be responsive.

c.Counterfeit IT Certification: The following IT related statement applies to CLIN(s) 0001

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.

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 or are priced
out separately per the table above.

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.

5.Representation: To be considered for award, offerors are required to submit the representations at FAR
52.204-24 (if applicable) , FAR 52.204-26, 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 lowest priced, technically acceptable
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. In addition, the basis for award considers the
supplier s past performance data in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the
supplies being purchased.


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 products being offered are
original, new, and TAA compliant (reference 2(c) above) products covered by Hewlett Packard product. The
Government will only accept the required brand name products in the Justification Attachment 1.


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 or
provided as a separate line as outlined in paragraph 3 above.


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

RFQ Due Date and Submission Requirements: This RFQ closes on 27 May 2021 at 09:00 AM, Pacific Time.
Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil,
under SSC Pacific/Simplified Acquisitions/N66001-21-Q-6327. 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 SPAWAR Paperless
Initiatives Help Desk at 858-537-0644 or [email protected].

Government RFQ Point of Contact: The point of contact for this solicitation is Adina Conwell at
[email protected]. Reference RFQ N66001-21-Q-6376 on all email exchanges regarding this acquisition.

RFQ ATTACHMENTS
1.JNCP 472

APPLICABLE PROVISIONS AND CLAUSES
This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)
2021-04, which can be found at https://www.acquisition.gov/browse/index/far and Defense Federal Acquisition
Regulation Supplement (DFARS) Publication Notice (DPN) 20210224 which can be found at
https://www.acq.osd.mil/dpap/dars/change_notices.html. 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
https://www.acquisition.gov/content/regulations.

The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition:
FAR 52.204-7 System for Award Management (October 2018)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment (October 2020)
FAR 52.204-26 Covered Telecommunications Equipment or Services--Representation (October 2020)
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (November 2011)
DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services— Representation (December
2019)
DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services—Representation (December 2019)
DFARS 252.239-7017 Notice of Supply Chain Risk (Deviation 2018-O0020) (September 2018)

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:
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred
FAR 52.219-28, Post Award Small Business Program Rerepresentation
FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755).
FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126).
FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
FAR 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award Management


The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition:
FAR 52.204-13 System for Award Management Maintenance (October 2018)
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab and Other Covered Entities (July 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services of
Equipment (August 2020)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (December 2013)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (September 2011)
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Info Controls (Oct 2016)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services (Dec 2019)
DFARS 252.211-7003 Item Unique Identification and Valuation (March 2016)
DFARS 252.211-7008 Use of Government-Assigned Serial Numbers (September 2010)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (June 2013)
DFARS 252.225-7974 Representation regarding business operations with the Maduro Regime (Deviation 2020-
O0005)(FEB 2020)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (December 2018)
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (December 2018)
DFARS 252.232-7010 Levies on Contract Payments (December 2006)
DFARS 252.239-7018 Supply Chain Risk (DEVIATION 2018-O0020)
DFARS 252.244-7000 Subcontracts for Commercial Items (June 2013)
DFARS 252.246-7008 Sources of Electronic Parts (May 2018)
DFARS 252.247-7023 Transportation of Supplies by SEA (February 2019)
Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Bruceton mills West virginia 04 Aug 2025 at 2 PM
San diego California 15 Oct 2025 at 4 AM (estimated)
San diego California 03 Jun 2030 at 4 AM (estimated)