Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
MODIFICATION

70 -- Custom configured server compute nodes, workstations, and related hardware for the NUWCDIVNPT ASECC

Notice Date
7/24/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
 
ZIP Code
00000
 
Solicitation Number
N6660412R2148
 
Response Due
8/17/2012
 
Archive Date
9/17/2012
 
Point of Contact
Christopher Kenney 401-832-4828
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at https://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The purpose of Amendment 0001 to this combined synopsis and solicitation is as follows: 1) Answer vendor questions 2) Update the Minimum Specifications document (changes also highlighted in the document) Please note that the response date is NOT extended and remains no later than 2:00 pm EDT on August 17, 2012. 1) Vendor questions and answers are as follows: Question 1: Can you clarify which items are "no substitution"? I didn't see any J&A Attached in NECO. Answer 1: The J&A was attached to the RFP on 7/18/2012. Question 2: I do not have 24x7 tech support, would that prevent me from your bid consideration? Answer 2: 24x7 tech support is a required minimum specification. Question 3: Do we need to submit a formal quote or need SF1449 form? Answer 3: An SF1449 is not required for submission. Proposals must address all requirements of the solicitation. Question 4: For CLIN0001 we see that Component 5 is a 19 in. rack Mount Kit. Will you mount this system in a rack? The depth of our potential chassis is 28.4". Answer 4: This system will be rack mounted. A 28.4 chassis depth is acceptable as long as it is rack-mountable. Question 5: Regarding CLIN 0001, Component 4, "4U Rack Mound.", is this a typo and should read "4U Rack Mount."? Answer 5: Yes, it is corrected to read "4U Rack Mount". Question 6: Will CLIN 0001 be mounted, upon delivery and implementation, onto a rack mount chassis, or will a 4U/Tower type chassis be acceptable which can be converted to a rack-mount form factor? Answer 6: A tower type chassis is unacceptable. The system must be in a rack-mount form factor at delivery. Question 7: The E5-2400 series processors are maximum memory channels per socket at 3 Dimms. A qty-8 is specified (Component 3), which will work, but the system will not be at optimum unless 6dimms or 12 dimms are used (3/cpu). Will 6 or 12 be acceptable? Answer 7: CLIN 0002 specifies the wrong processor. The correct processor is an Intel Xeon E5-2670. This alleviates the memory channel concerns. 2) The Minimum Specifications document is changed as follows: CLIN 0001 Component 1 Delete - (acceptable) No text inserted CLIN 0001 Component 4 Delete - Mound Insert - Mount CLIN 0001 Component 5 Delete - 19 in Insert - 19 (inch) CLIN 0002 Component 3 Delete - Intel 8 Core Xeon E5-2450 2.1 GHz 95W Processor. Insert - Intel 8 Core Xeon E5-2670 2.6GHz 115W Processor. --------------------------------------------------------------------------------------------------------------------- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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 Proposals (RFP) number is N66604-12-P-2148. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following hardware: CLIN 0001 2x Custom Pinnacle 4U CLIN 0002 2x Storage Nodes CLIN 0003 - 2x Compute Nodes with GPU CLIN 0004 3x Compute Nodes 2U CLIN 0005 2x FEA Workstation with GPU and Dual Monitors CLIN 0006 1x 10 GB Ethernet Switch CLIN 0007 10GB Ethernet Accessories PLEASE SEE ATTACHED DOCUMENT FOR MINIMUM SPECIFICATIONS FOR THE ABOVE. FAILURE TO PROPOSE ITEMS THAT MEET OR EXCEED MINIMUM SPECIFICATIONS WILL RENDER YOUR OFFER INELIGIBLE FOR AWARD. Also, please note the items of sole make and model, no substitutions allowed (see attached Justification and Approval document for details). Required delivery is as follows: ALL CLINs 45 Days after receipt of order F.O.B. Destination Naval Station Newport; Newport, RI 02841-1708. This procurement is advertised as a 100% small business set-aside. NAICS is 334111 Size standard is 1000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, past performance, and price. Technical capability and past performance are equally weighted. Technical capability and past performance, when combined, are equally important to price. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items applies to this procurement. 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, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: DFARS 252.211-7003 Item Identification and Valuation applies to this procurement. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating: Unrated. Offers must be submitted via email to the address below. Offers must be received by 2:00 p.m EDT on August 17, 2012. Offers received after this date and time are late and will not be considered for award. For information on this acquisition contact Christopher J. Kenney at 401-832-4828 or christopher.j.kenney@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660412R2148/listing.html)
 
Record
SN02813856-W 20120726/120725000508-edd11cbb671fc9414495ec0077c059a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.