Federal Bid

Last Updated on 22 Apr 2016 at 8 AM
Combined Synopsis/Solicitation
Newport Rhode island

ESXi Servers

Solicitation ID N66604-16-Q-1401
Posted Date 22 Mar 2016 at 3 PM
Archive Date 22 Apr 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states 02841
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, FAR part 13, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-16-Q-1401. This procurement is a 100% set-aside for small business. The North American Industry Classification System (NAICS) Code is 334111. Size standard is 1,250 Employees.


The Naval Undersea Warfare Center, Division Newport intends to award a Firm Fixed Price (FFP) purchase order for the following items:

CLIN 0001, Qty 5, Dell PowerEdge R730xD Server

CLIN 0002, Qty 2, Patch Cable, LC/PC multi-mode, 3.3 ft.

CLIN 0003, Qty 2, Patch Cable, LC/PC multi-mode, 10 ft.

SEE ATTACHMENT FOR SPECIFIC REQUIREMENTS

New equipment only; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Required delivery is as follows:

All CLINs - No later than 30 days after receipt of order.

F.O.B. Destination: Naval Station Newport; Newport, RI.

The Government intends to solicit in accordance with the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, No Other Supplies or Services Will Satisfy Agency Requirements. 

This requirement is for the procurement of Dell servers and patch cables to be integrated into existing research and development environments.  It is essential that the new assets seamlessly interoperate with the Dell Shared storage devices currently in operation.  Continued use of this hardware standard, Standard Operating Procedures and existing support contracts prevents the Government from incurring significant cost in re-training and re-tooling by use of other brands of server hardware.

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The following provisions and clauses apply:

FAR 52.212-1, Instructions to Offerors--Commercial Items;

FAR 52.212-3 (Alt 1), Offeror Representations and Certifications - Commercial Items;

FAR 52.212-4, Contract Terms and Conditions--Commercial Items;

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; and

DFARS 252.211-7003, Unique Item Identifier.

In accordance with FAR 39.203, Electronic and Information Technology (EIT) the switches and routers provided under this contract shall comply with the EIT Accessibility Standards listed below:

36 C.F.R. § 1194.21 - Software Applications and Operating Systems

36 C.F.R. § 1194.23 - Telecommunication Products

36 C.F.R. § 1194.25 - Self-contained, Closed Products

36 C.F.R. § 1194.26 - Desktop and Portable Computers

36 C.F.R. § 1194.31 - Functional Performance Criteria

36 C.F.R. § 1194.41 - Information, Documentation, and Support

 

Full text of incorporated FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/.

Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies.

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.

Offers should include the following information:

•·         Item Details

•·         Price

•·         Delivery terms

•·         Point of contact (including phone number and email address)

•·         Contractor CAGE code

•·         GSA Contract Number, if applicable

Offers must be submitted to Lisa McKeon at [email protected]. Offers received after the closing date and time specified in this announcement are late and will not be considered for award.

For information on this acquisition contact Lisa McKeon at 401-832-7087 or [email protected].


UPDATE:

The Requirements attachment has been updated. 

CLIN 0002 and CLIN 0003 cables may no longer be available.  Brand name or equal cables will be accepted for CLINs 0002 and 0003.

The response time for this solication has been extended.

Bid Protests Not Available

Similar Past Bids

New hampshire Not Specified
Location Unknown 12 Apr 2017 at 7 PM
Parkersburg West virginia Not Specified
Newport Rhode island 30 Jan 2019 at 5 PM

Similar Opportunities

National city California 09 Jul 2025 at 6 PM
Wright patterson air force base Ohio 09 Feb 2028 at 4 AM