Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
SOLICITATION NOTICE

70 -- Servers and Associated Hardware Requirement - Government Specifications

Notice Date
9/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer 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-2874
 
Archive Date
10/1/2016
 
Point of Contact
Dawn A. Griffin, Phone: 4018324005
 
E-Mail Address
dawn.griffin@navy.mil
(dawn.griffin@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Government Specifications 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-2874. All responsible sources may submit a quote for the following items in accordance with the attached Government System Configuration Specifications: CLIN 0001 SERVER, 2 EACH CLIN 0002 SERVER, 1 EACH CLIN 0003 BACK-UP SAS/SATA HARDDRIVES, 8 EACH CLIN 0004 BACK-UP SOLID STATE HARD DRIVES, 2 EACH 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 334111; the Small Business Size Standard is 1250 employees. The resultant contract will be a Firm Fixed Priced Contract. Required delivery is thirty (30) days ARO, F.O.B. Destination, Newport, RI 02841. Payment will be via Wide Area Workflow (WAWF). 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), 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. There is a 508 exception for the hardware being procured under this solicitation: Item or service is located in spaces frequented only be service personnel for maintenance, repair or occasional monitoring of equipment (back office) (FAR 39.204 (d)). DFARS Clause 252.211-7003 Item Identification and Valuation applies to this solicitation for CLINs 0001-0002 which are anticipated to have a unit cost of $5,000 or more. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted meet the Government System Configuration Specifications attached. 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 in the required quantities and submit detailed technical specification for all brand names they are quoting in accordance with the Government System Configuration Specifications ; 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 shall be submitted electronically to Dawn A. Griffin at dawn.griffin@navy.mil and must be received on or before Friday, 16 SEP 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 Dawn A. Griffin at 401-832-4005.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2874/listing.html)
 
Place of Performance
Address: Naval Undersea Warfare Center, 1176 Howell Street, Newport, Pennsylvania, 02841, United States
Zip Code: 02841
 
Record
SN04259937-W 20160909/160907235428-4cf408d961611d3684e1c7cef5799df7 (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.