Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

70 -- Nutanix Block Virtualization System

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-13-Q-1534
 
Archive Date
9/10/2013
 
Point of Contact
Christopher Hebert, Phone: 4018327168
 
E-Mail Address
christopher.r.hebert@navy.mil
(christopher.r.hebert@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. <ins datetime="2013-08-15T06:45" cite="mailto:Hebert,%20Christopher%20R%20CIV%20NUWC%20NUWC%20NWPT"> 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 Quotation (RFQ) number is N66604-13-Q-1534. NUWC Division Newport intends to purchase the following items: CLIN 0001 Nutanix Compute Platform Part #: NX-2400/GOLD-2400-3YR A) 422-NX-2400 Block: 1. Nutanix Scale-Out Converged Compute Platform; 2. Nutanix Scale-Out Converged Storage Platform; 3. Nutanix Converged Management Interface B) 422-S-GOLD-2400-3YR Gold Support for Nutanix Block with 4 nodes Nutanix - NX-2400/GOLD-2400-3YR. Quantity 1. CLIN 0002 Memory Upgrade Part #: 422-C-NODEUPGRADE-TO-192GB Factory Config: Replace all 8 BG DIMMS in node with 12 X 16GB DIMMS = 192GB Nutanix - C-NODE-UPGRADE-TO-192GB. Quantity 4. CLIN 0003 VMware vSphere 5 Enterprise Part #: 11-678-L1 TPP L1 U.S. Federal VMware vSphere 5 Enterprise for 1 processor (with 96 GB vRAM entitlement per processor); Includes MPNs: VS5-ENT-F-L1 and VS5-ENT-G-SSS-F. Quantity 8. CLIN 0004 VMware vCenter Server 5 Standard. Part # 11-123-L1 TPP L1 U.S. Federal VMware vCenter Server 5 Standard for vSphere 5 (Per Instance); Included: VCS5-STD-F-L1 and VCS5-STD-GSSS-F. Quantity 1. CLIN 0005 Shipping. Quantity 1. Sole make and model is required. No substitutes allowed. This is 100% set-aside for small business. NAICS Code is 334118. Size standard is 500. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. 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 low price technically acceptable (LPTA) and past performance. Technical acceptability is based on the following factor: Technical acceptability of the item proposed (all items shall be sole make and model specified and shall be new, non-refurbished items). Past Performance - The Offeror shall provide at least one example, within the past three years, of successful performance of a significant contract or subcontract having a similar requirement relative to similar systems and dollar values. Provide contract number, point of contact with telephone number, email address and contract dollar value. Offers should include price and delivery terms and the following additional information: Taxpayer I.D., Cage Code, DUNS # and GSA Contract # (if applicable). 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 52.212-7001, 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: NAICS 334118, size standard (non-manufacturing rule applies). See FAR Clause 52.219-14 Limitation on Subcontracting and FAR 19.102 (f) for more information. Offers must be submitted to Commercial Acquisition, Building 11, Naval Undersea Warfare Center Division Newport, Code 5913, Simonpietri Drive, Newport, Rhode Island 02841-1708 or e-mailed to christopher.r.hebert@navy.mil. 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 website. Required delivery is 30 days, F.O.B. Destination Naval Undersea Warfare Center, Division Newport; Newport, RI. Offers must be received by 2:00 p.m. on 26 August, 2013. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Christopher R. Hebert (401) 832 - 7168 or email: christopher.r.hebert@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-13-Q-1534/listing.html)
 
Place of Performance
Address: FOB Destination:, Naval Undersea Warfare Center, Division Newport, Newport, Rhode Island, 02841-1708, United States
Zip Code: 02841-1708
 
Record
SN03154446-W 20130821/130820000053-7cc72142716620cf95e43a59c33f3ca6 (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.