MODIFICATION
70 -- Various Dell products - Sole Make and Model
- Notice Date
- 8/15/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-16-Q-0916
- Archive Date
- 3/4/2016
- Point of Contact
- Stephanie A. Smyth, Phone: 4018326964
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- list of products sole make and model PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-16-Q-0916. This is a repost of the same RFQ that was posted on 16 February 2016. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following items on a Firm Fixed Price, sole make and model (no substitutions allowed) basis (see the attached Sole Make and Model Justification). The basis for the sole make and model is that the current SC40 Compellent Storage Area Network (SAN) is being upgraded to ensure that the SAN is kept up-to-date with the most reliable hardware and software components. This will seek to leverage existing maintenance and technical support vehicles currently in place to support other Dell components currently operated by NUWC. Compellent serial #22009 / 22010 CLIN Description Mfg Model Number Qty Hardware & Drives 0001 SC8000, 64GB Memory Dell CT-SC8000-64GB 2 0002 Compellent SC8000 Controller Dell CT-SC8000-BASE 2 0003 4TB, SAS, 6Gb, 7K HDD Dell DS-SAS6-35-4000X7K-D 12 0004 Compellent SC200 Enclosure, 3.5" 12-Bay Dell EN-SC200-1235 1 0005 IO, 10Gb iSCSI, 2Port, Optical, PCI-E, low-profile Dell IO-I10X2S-EO-LP-D 4 0006 IO card, 6Gb SAS, 4-port, PCI-E, low-profile (4X2M Mini-SAS HD to Mini-SAS cable) Dell IO-SAS6X4S-E2-LP-D 4 0007 6Gb Mini-SAS to Mini-SAS Cable, 0.6M Dell PA-CBL-SAS-.6M-D 1 0008 C13-C14, PDU, 12AMP, 6.5 FT (2m), Power Cord Dell PA-PC-2M-D 3 0009 Ready Rails II Static Rails for 4-post Racks Dell PA-RK-RR2-D 1 Professional Services 0010 Keep Your Hard Drive Dell PS-KYHD-D 1 0011 ProDeploy Plus Dell Storage SC Disk Series 200/220 2 U Exp Dell PS-SC2XX2U-PDP 1 0012 ProDeploy Plus Dell Storage SC Series 8XXX SAN Dell PS-SC8XXX-PDP 2 Copilot Support (CML-HWMTC) 0013 CT-SC8000-MTCH : Support, 24x7, Dell/Compellent Series SC8000 (3 years of support) Dell CT-SC8000-MTCH 2 0014 EN-SC200-1235-MTCH : Support, 24x7, Enclosure, SC200, 3.5" 12-bay (3 years of support) Dell EN-SC200-1235-MTCH 1 Support Center (CML-SWMTC) 0015 SW-CORE-EXP-MTCS : Support, 24x7, SW, Core Bundle Base License (3 years of support) To include: Storage Center Software SW Bundle, Base License SW-CORE-BASE Qty 1 Dell SW-CORE-BASE-MTCS 1 This procurement is a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334290 and the Small Business Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7009, Limitations on the Use or disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.204-7012, Safeguarding Covered Defense information and Cyber Incident Reporting (Dec 2015) apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 Exception: Item or service is located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment (FAR 39.204(d)) applies to this solicitation. Required delivery 30 days after date of award, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Work Flow (WAWF). This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the sole make and model items listed (no substitutions allowed) in quantities specified and the offer meets the delivery requirement specified above. Failure to propose all the required items will render your quote ineligible for award. In order to determine technically acceptable: (1) the offeror must provide the items required by this solicitation, no substitutions allowed, as specified in the attached Sole Make and Model Justification, and in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically acceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Quotes 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. Quotes received after the closing date and time specified will be ineligible for award. Quotes may be submitted electronically to Stephanie Smyth at Stephanie.a.smyth@navy.mil and must be received on or before Friday, 19 AUG 2016, 2:00PM EST. Offers received after the closing date are late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at Stephanie.a.smyth@navy.mil or 401-832-6964.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-0916/listing.html)
- Record
- SN04224444-W 20160817/160815235525-d90870ea102b3f56594398e31f2e2425 (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 |