Federal Bid

Last Updated on 12 Apr 2017 at 12 PM
Combined Synopsis/Solicitation
Newport Rhode island

Quad-GPU and Single-GPU Workstations

Solicitation ID N66604-17-Q-0831
Posted Date 28 Feb 2017 at 5 PM
Archive Date 12 Apr 2017 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 synopsis 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; quotations are being requested and a written solicitation will not be issued. This procurement is being advertised on a 100% small business set-aside basis under North American Industrial Classification System (NAICS) Code 334111, Size Standard 1,250 employees as concurred with by the NUWCDIVNPT Office for Small Business Program.

Request For Quotation (RFQ) number is N66604-17-Q-0831.

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following items on a Firm Fixed Price basis:

Contract Line Item Number 0001: Quad-GPU Workstation per the attached minimum requirements, Quantity: 3 Each.

 

Contract Line Item Number 0002: Single-GPU Workstation per the attached minimum requirements, Quantity: 3 Each.

 

The above items must (1) meet the Government's minimum requirements, and, (2) include brand name items, no substitutions, in accordance with the attachment.  See attached redacted brand name justification.

Detailed system configurations must be provided with quotes.

 

F.O.B. Destination Naval Station Newport: Newport, RI. Required delivery is 4 weeks after date of award. Early delivery is acceptable.  Offers must include shipping costs in quotes, if applicable.

Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.  The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation.  The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation.  Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.  In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow, otherwise the Government's preferred method of payment is credit card.

 

The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable (LPTA). In order to be determined technically acceptable: (1) the offeror must quote the items specified, meeting the minimum specifications and brand name requirements; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable.

 

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 

The following compliance applies:  508 Exception: Item or service is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment (back office) (FAR 39.204(d)).

 

Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.  Instructions for registration are available at the websites.

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

All timely offers will be considered. Offers must be submitted via email to [email protected]  no later than 2:00 PM EST on 3 March 2017. Offers received after the specified date and time are late and will not be considered for award. For information on this acquisition contact Jason Buck at [email protected] or 401-832-8390.

Bid Protests Not Available

Similar Past Bids

College station Arkansas 17 Aug 2019 at 4 PM
Indiana Not Specified
Batavia Illinois 08 Dec 2022 at 8 PM
Batavia Illinois 25 Oct 2022 at 2 PM
Batavia Illinois 24 Oct 2022 at 7 PM

Similar Opportunities

Quantico Virginia 31 Dec 2025 at 5 AM (estimated)
Columbus Ohio 10 Jul 2025 at 3 AM
Philadelphia Pennsylvania 16 Jun 2028 at 12 AM
Los angeles California 19 Aug 2025 at 4 AM (estimated)