Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2016 FBO #5422
SOLICITATION NOTICE

70 -- Dell PowerEdge/PowerVault Hardware - Requirements List/SMMJ

Notice Date
9/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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-2665
 
Archive Date
10/12/2016
 
Point of Contact
Jill Clune, Phone: 4018323747
 
E-Mail Address
jill.clune2@navy.mil
(jill.clune2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Make and Model Justification Minimum Specifications List 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; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-16-Q-2665. Naval Undersea Warfare Center Division Newport intends to award a Firm Fixed Price Contract to the authorized resellers of Dell for the following items; no substitutions allowed (refer to the attached Minimum Specifications for specific configuration requirement): CLIN No Description Qty 0001 Dell Smart-UPS 3000VA 120v Online (A7545503) 2 0002 Dell PowerVault TL4000 1 0003 Dell Networking S3124 2 0004 PowerEdge R630 Server 2 0005 PowerEdge R630 Server 1 ***DFARS Clause 252.211-7003, Unique Item Identifier (UID) applies to CLINs 0002-0005. Required delivery date is 15 days After Receipt of Order (ARO), F.O.B. Destination Naval Station Newport; Newport, RI. This requirement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The NAICS is 511210; size standard is $38.5 Million. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The provision FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision FAR 52.213-3, Offeror Representation and Certifications - Commercial Items apply to this solicitation. 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 apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 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 apply to this solicitation. Full text of incorporated FAR/DFARS Clauses and provisions are available at: www.acquisition.gov/far. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must provide the brand name components required by this solicitation, no substitutions allowed, as specified above, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information with in PPIRS may render a quote being deemed technically unacceptable. Defense Priorities and Allocations System (DPAS) rating: DO-C9. Payment will be made by Wide Area Work Flow (WAWF). 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. Offerors 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 number. Offers received after the closing date and time specified will be ineligible for award. Offers must be submitted to Naval Undersea Warfare Center Division Newport, Contracts Department, Code 0221, via email to Jill Clune at jill.clune2@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2665/listing.html)
 
Place of Performance
Address: Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04286924-W 20160927/160925233141-781de0917f4e51b04fe981e9d40a85f0 (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.