Amendment 2: **This solicitation is hereby amended to extend the response date from Wednesday, 29 June 2016, 2:00 p.m. (EST) to 5 August 2016, 2:00 p.m. (EST). All quotes must be valid for a minimum of 30 days from 4 August 2016.
Offers must be e-mailed directly to [email protected]. Offerors must be received by 2:00 p.m. (EST) on Friday, 5 August 2016. Offers received after this date and time will not be considered for award.**
Amendment 1: The purpose of this amendment is to revise the NAICS to 334111 with small business size standard of 1,250 employees. This procurement is 100% set-aside for small business.
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Part 13 and Subpart 12.6 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 Request for Quotation (RFQ) number is N66604-16-Q-1035. This procurement is 100% set-aside for small business.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm-Fixed Price Basis: three (3) Dell Independent Fully Configured Servers; two (2) Dell Fully Configured Force 10 Network Switch; ten (10) Wyse Zero Clients/Applicable Software; one (1) 10-Pack VMware Horizon Enterprise; three (3) VSTAC OSUSB Key Flash Dual 2695V3; and one (1) HCI Pro Implementation SW Only Service. BRAND NAME ONLY-NO SUBSTITUTIONS
CONTRACT LINE ITEM 0001: Quantity of three (3) DELL PowerEdge R730 Virtual Server with the following Salient Features:
CONTRACT LINE ITEM 0002: Quantity of two (2) Force10 Network Switches with the following Salient Features:
CONTRACT LINE ITEM 0003: Quantity of ten (10) Wyse Zero Clients with the following Salient Features:
CONTRACT LINE ITEM 0004:
CONTRACT LINE ITEM 0005:
CONTRACT LINE ITEM 0006:
NOTE: The items must meet or exceed the Government Minimum Requirements, See Attachment # 1.Salient Feature Virtual System
The required delivery date is 30 days after award
This requirement is for brand name items. No substitutions are allowed. See attached Justification and Approval. In accordance with the attached Justification and Approval for Use of Other Than Full and Open Competition, offers are restriced to Dell Authorized small businesses.
The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1,250 Employees. This requirement is being competed as a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs.
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted meet or exceed the technical specifications listed in the attached technical specifications and can meet the required delivery date of 30 days from date of purchase order, FOB Destination- Newport, RI. In addition, 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.
Failure to propose all the required items will render your quote ineligible for award. All offers are required to include price, delivery terms, and detailed specifications/configurations for all items. Offers received after the closing date and time specified will be ineligible for award.
The following Section 508 compliance standards apply:
36 C.F.R. 1194.21 - Software Applications and Operating Systems
36 C.F.R. 1194.23 - Telecommunications 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 - Informational, Documentation, and Support
FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. FAR 52.212-3 Offeror Representations and Certifications Commercial Items applies. FAR 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. In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the governments unit acquisition cost is $5,000.00 or more. Payment will be through Wide Area Workflow (WAWF). See DFAR Clause 252.232-7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in System for Award Management (SAM). Registration information can be found at https://www.sam.gov. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies.
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 number. Offers received after the closing date and time specified will be ineligible for award.