Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

70 -- Automatic Data Processing Equipment Compute Nodes and Associated Interconnect Hardware to Integrate into Existing High Performance Computing Cluster - Requirements

Notice Date
8/27/2013
 
Notice Type
Presolicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017813R1030
 
Archive Date
1/23/2014
 
Point of Contact
Stacey Palivoda, Phone: 540-653-8133
 
E-Mail Address
stacey.palivoda@navy.mil
(stacey.palivoda@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at https://www.neco.navy.mil. While it is understood the 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. This is a combined synopsis/solicitation for commercial items 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. The solicitation number is N00178-13-R-1030 and is issued as a request for proposal. The Naval Surface Warfare Center, Dahlgren Division, intends to procure CLIN 0001 compute nodes and associated interconnect hardware to integrate into an existing Silicon Graphics International, Corp. (SGI) Ice X High Performance Computing Cluster with a quantity of 1 lot. The compute nodes and associated interconnect hardware proposed must meet the attached specifications with a price not to exceed $526,500. All warranty information shall be included within the proposal. Proposals will only be accepted from SGI authorized resellers. This solicitation document, incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-69, effective 1 August 2013, Class Deviation 2013-O0016 and Defense Acquisition Circular DPN 20130710. This procurement is not restricted to small businesses. NAICS Code associated with this procurement is 335999; the Small Business Size Standard is 500 employees. All offerors must include a completed copy of FAR 52.213-3 Alt. 1 Offeror Representations and Certification - Commercial Items and DFAR 252.212-7000 Offeror Representations and Certification - Commercial Items, as part of their proposal. The Offeror shall convey and provide a copy of all standard manufacturer commercial warranties to the buyer. The following FAR and DFAR provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government; FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation); FAR 52.225-13 Restrictions on Certain Foreign Purchases; DFARS 252.204-7004 Central Contractor Registration Alt. A; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation); DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item identification and Valuation; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7002 Qualify Country Sources as Subcontractors. The following local clauses will be incorporated: Ddl-F40 which will require the Offeror to give the Government notification if delivery will be late; DFARS 252.232-7006 which requires Offeror to submit invoices through Wide Area Workflow. This acquisition will occur via a Firm-Fixed-Price (Commercial) contract. Offerors must propose in accordance with the requirements above to be eligible for award. Clause 52.212-2 Evaluation - Commercial Items applies with the following evaluation factors listed in order of importance: 1) technical acceptability, 2) core count, and 3) price, not to exceed $526,500. The FAR and DFAR provisions and clauses can be found in full text at http://www.farsite.hill.af.mil. Representation and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The Government will award a Firm-Fixed-Price contract to the responsible offeror whose offeror conforms to the requirements of this RFP and is determined to be most advantageous to the Government based on price, delivery, and other factors. To assist in determining whether the proposed prices quoted in your offer under subject solicitation are "fair and reasonable" in accordance with Federal Acquisition Regulation (FAR) requirements, your cooperation is requested in submitting the following information: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found; (b) A statement that such catalog or established price list is regularly maintained and is published or available for inspection by customers along with the current sales prices; (c) A statement that these items are commercial and sold to the general public at the prices listed in the above referenced catalog or established price list; and (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. If the offeror is unable to provide the information requested above, the offeror is requested to submit the pricing information on the three most recent sales of the item(s) being procured or similar item(s). This information should include: date of sale; quantity; unit price; customer contract number and customer contact information. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. The closing date is 9 September 2013. Anticipated award date is 18 September 2013. All pricing shall be FOB-Destination to the Naval Surface Warfare Center, Dahlgren Division 6096 Tisdale Road, Suite 159, Dahlgren, VA 22448-5114 between the hours of 7:00 AM and 2:30 PM on weekdays shall apply. No deliveries will be accepted on Federal holidays. Delivery must be no later than 30 days after receipt of order. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Questions may be directed to Stacey Palivoda at stacey.palivoda@navy.mil by 3 September 2013. Proposals must be submitted by 2:00 PM, 9 September 2013. Electronic proposal submission is encouraged to stacey.palivoda@navy.mil, but proposals may be faxed to 540-653-7088, or delivered to the Naval Surface Warfare Center, Dahlgren Division, CS20 Contracts Branch, Attn: Stacey Palivoda, 17632 Dahlgren Road, Suite 157, Dahlgren, VA 22448-5110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017813R1030/listing.html)
 
Record
SN03164345-W 20130829/130827235819-953a5a4f957d4e78a3b494f7b3c944a6 (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.