Federal Bid

Last Updated on 10 Nov 2019 at 8 PM
Combined Synopsis/Solicitation
Location Unknown

Computer Nodes

Solicitation ID N66604-19-Q-2956
Posted Date 07 Aug 2019 at 3 PM
Archive Date 03 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Sao tome and principe
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.

This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. 


This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 


The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for sixteen (16) 2u Dual Intel Xeon E5-2640 v4 rackmount computer nodes and five (5) 3U Dual Intel Xeon E5-2640 v4 rackmount computer nodes. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-2956. The North American Industry Classification System (NAICS) Code is 334118. The Small Business Size Standard is 1000 employees. This procurement is being solicited as a total small-business set-aside. The NUWCDIVNPT Office for Small Business Programs concurs.


The Contract Line Item Number (CLIN) structure is identified below.


CLIN 0001: sixteen (16) 2U Dual Intel Xeon E5-2640 v4 rackmount computer nodes in accordance with the minimum specifications sheet.


CLIN 0002: five (5) 3U Dual Intel Xeon E5-2640 v4 rackmount computer nodes in accordance with the minimum specifications sheet.


CLIN 0003: applicable shipping charges for F.O.B. Destination to Newport, Rhode Island


The Government shipping method will be FOB Destination. Please include applicable charges.


The Government has determined that this requirement includes Electronic Information Technology (EIT), therefore, Section 508 requirements apply.


In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.


If payment via Government purchase card is acceptable, please include any applicable credit card charges in the proposal.

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circulars. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3 Offeror Representations and Certifications-- Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. The clause at DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation.

In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, no substitutions allowed, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS-SR, now known as SPRS, may render a quote being deemed technically unacceptable.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.


Offers must be e-mailed directly to Franklin Patton at [email protected]. Offers must be received no later than 2:00 p.m. (EST) on Monday, 19 August 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Franklin Patton at [email protected].

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 02 Mar 2021 at 6 PM
Newport Rhode island 12 Jun 2020 at 10 AM
Washington District of columbia 01 Aug 2019 at 6 PM
Bremerton Washington 13 Apr 2021 at 6 PM
Washington District of columbia 23 Oct 2019 at 7 PM

Similar Opportunities

Arlington Virginia 02 Aug 2025 at 3 AM
Columbus Ohio 23 Jul 2025 at 3 AM
Sacramento California 29 Jul 2025 at 12 AM
Columbus Ohio 31 Jul 2025 at 3 AM