Federal Bid

Last Updated on 30 Sep 2016 at 9 AM
Combined Synopsis/Solicitation
Center Kentucky

Virtualization System

Solicitation ID N6660416Q1035
Posted Date 04 Aug 2016 at 2 PM
Archive Date 30 Sep 2016 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 Center Kentucky United states

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:

  • PowerEdge R730 Server (210-ACXU)
  • PE Server FIPS TPM 1.2,CC (461-AADP)
  • PowerEdge R730/R730xd Motherboard (591-BBCH)
  • Dell Hardware Limited Warranty Plus On Site Service (976-8706)
  • ProSupport: 7x24 HW / SW Tech Support and Assistance, 3 Year (976-8707)
  • ProSupport: Next Business Day Onsite Service After Problem Diagnosis, 3 Year (976-8708)
  • Keep Your Hard Drive, 3 Year (983-6402)
  • R730/xd PCIe Riser 2, Center (330-BBCO)
  • R730 PCIe Riser 3, Left Alternate (330-BBCP)
  • R730/xd PCIe Riser 1, Right (330-BBCR)
  • Broadcom 5720 DP 1Gb Network Interface Card (540-BBCX)
  • QLogic 57800 2x10Gb BT + 2x1Gb BT Network Daughter Card (540-BBBZ)
  • iDRAC8 Express, integrated Dell Remote Access Controller, Express (385-BBHN)
  • Chassis with up to 8, 3.5" Hard Drives (350-BBEO)
  • Quick Sync Bezel (350-BBEQ)
  • Performance BIOS Settings (384-BBBL)
  • UEFI BIOS (800-BBDM)
  • Unconfigured RAID for H330/H730/H730P (1-16 HDDs or SSDs) (780-BBKC)
  • PERC H330 Integrated RAID Controller (405-AAEF)
  • Intel Xeon E5-2643 v3 3.4GHz,20M Cache,9.60GT/s QPI,Turbo,HT,6C/12T (135W) Max Mem 2133MHz (338-BFFQ)
  • Upgrade to two Intel Xeon E5-2643 v3 3.4GHz,20M Cache,9.60GT/s QPI,Turbo,HT,6C/12T (135W) Mem 2133 MHz (374-BBGX)
  • Sixteen (16) 16GB RDIMM, 2133 MT/s, Dual Rank, x4 Data Width (370-ABUG)
  • 2133MT/s RDIMMs (370-ABUF)
  • Performance Optimized (370-AAIP)
  • Eight (8) 400GB Solid State Drive SATA Mix Use MLC 6Gbps 2.5in Hot-plug Drive,3.5in HYB CARR, S3610 (400-AIFP)
  • Electronic System Documentation and OpenManage DVD Kit, PowerEdge R730/xd (631-AAJG)
  • DVD+/-RW, SATA, Internal (429-AAPS)
  • ReadyRails Sliding Rails Without Cable Management Arm (770-BBBQ)
  • Dual, Hot-plug, Redundant Power Supply (1+1), 1100W (450-ADWM)
  • Two (2) NEMA 5-15P to C13 Wall Plug, 125 Volt, 15 AMP, 10 Feet (3m), Power Cord, North America (450-AALV)
  • Internal Dual SD Module (330-BBCL)
  • Redundant SD Cards Enabled (385-BBCF)
  • Two (2) 8GB SD Card For IDSDM (385-BBIF)
  • DIMM Blanks for System with two (2) Processors (370-ABWE)
  • Two (2) Standard Heatsink for PowerEdge R730/R730xd (374-BBHM)
  • Federal UID Tag (376-8493)
  • Teradici PCoIP Hardware Accelerator (APEX 2800) LP PCIe (A7071020)
  • Two (2) NVIDIA GRID K2 GPU,CusKit (490-BCHQ)
  • R730 GPU Installation Kit,CusKit (490-BCKS)
  • No greater than 2U size
  • Supports option for integrating expansion (minimum of three (3) cards)

CONTRACT LINE ITEM 0002: Quantity of two (2) Force10 Network Switches with the following Salient Features:

  • Force10, S4820T, 1U, 48 x 10GBase-T, 4 x 40GbE QSFP+, 1 x AC PSU, 2 x Fan Modules, PSU to IO Panels (Reverse) Airflow (225-4086)
  • ProSupport: Next Business Day Onsite Service After Problem Diagnosis, Initial Year (971-5033)
  • ProSupport: Next Business Day Onsite Service After Problem Diagnosis, 2 Year Extended (971-5062)
  • ProSupport: 7x24 HW / SW Tech Support and Assistance, 3 Years (971-5065)
  • Dell Hardware Limited Warranty Initial Year (971-5145)
  • Dell Hardware Limited Warranty Extended Year(s) (971-5153)
  • Force10, Software, L3 Latest Version, S4810T (421-9486)
  • Force10, S4820T, AC Power Supply, PSU to IO Panels (Reverse) Airflow (331-9994)
  • Two (2) of Dell Networking, Jumper Cords, 250V, 12A, two (2) Meters, C13/C14, US (450-AASX)
  • Force10, Software, iSCSI-Optimized Configuration, S4810 (331-9460)
  • Force10, DOC, USER, S4820, DAO/BCC (331-9990)
  • Installation and Layer-3 implementation of one Dell Networking Ethernet Switch: S, N, M, or X-Series (938-5498)
  • Eleven (11) C2G 7ft Cat6 Snagless Unshielded (UTP) Ethernet Network Patch Cable - Blue - patch cable - 7 ft -blue (A7038736)
  • Two (2) of C2G 3ft Cat6 Snagless Unshielded (UTP) Ethernet Network Patch Cable - Gray - patch cable - 3 ft -gray (A6923308)
  • NIAP compliant devices

CONTRACT LINE ITEM 0003: Quantity of ten (10) Wyse Zero Clients with the following Salient Features:

  • 5020-P25 - 32MB (256Mb) FLASH / 512MB (4gb) DDR3 RAM - PCOIP -US (A6368623)
  • ProSupport: Advanced Exchange Service, P Class, 3 Year (A6911419)

CONTRACT LINE ITEM 0004: 

  • One (1) 10-pack VMware Horizon Enterprise Edition (HZ-ENTC-10-F-L1)
  • One (1) 3-year Support for 10-pack VMware Horizon Enterprise (HZ-ENTC-10-3P-SSS-F)

CONTRACT LINE ITEM 0005: 

  • Three (3) VSTAC OS USB KEY FLASH DUAL 2695V3 14C 3.2TB R730 (Mfg p/n SW01-0129-0050) (Dell SKU A8833936)
  • Three (3) 24X7 PHONE & EMAIL SW SUP FLASH 3.2TB (Mfg p/n SW16-0201-03-32) (Dell SKU A8833935)

CONTRACT LINE ITEM 0006: 

  • One (1) HCI PRO IMPLEMENTATION SW ONLY SVC (Mfg p/n 17-0127-01) (Dell SKU A8683852)
  • One (1) PRO SVCS TRAVEL ONSITE IMPLM AND ADVD SVCS (Mfg p/n 17-0108-04) (Dell SKU A8683850)

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.

Bid Protests Not Available

Similar Past Bids

Washington District of columbia 16 Nov 2015 at 10 PM
Washington District of columbia 30 Dec 2015 at 7 PM
Washington District of columbia 15 Apr 2016 at 8 PM
Virginia beach Virginia 13 Aug 2015 at 6 PM
Rockville Maryland 17 Mar 2017 at 6 PM

Similar Opportunities

Pennsylvania 11 Jul 2025 at 4 AM (estimated)
Pennsylvania 11 Jul 2025 at 4 AM (estimated)
Ellsworth air force base South dakota 31 Jul 2025 at 10 PM
Richmond Virginia 21 Jul 2025 at 6 PM
Richmond Virginia 15 Aug 2025 at 6 PM