SOLICITATION NOTICE
D -- Dell Compellent Storage Area Networks (SANs) Maintenance Renewal - Brand Name Specification
- Notice Date
- 4/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- 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
- N66604-17-Q-0299
- Point of Contact
- Kaitlin L. Simoes, Phone: 4018328695
- E-Mail Address
-
kaitlin.simoes@navy.mil
(kaitlin.simoes@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-17-Q-0299. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for a single hardware and software maintenance contract through a Dell authorized reseller to cover four (4) Dell Compellent Storage Area Networks (SANs). Refer to the Brand Name Specification for a breakdown of the required services including applicable serial numbers; no substitutions allows. The SANs are located at Naval Station Newport, RI. The Government will verify that the apparent awardee is a Dell authorized reseller prior to award. The Period of Performance for this procurement is from 01 August 2017 to 31 July 2018. F.O.B. Destination, Naval Station Newport, RI, 02841. This procurement is solicited as 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 811212. The Small Business Size Standard is $27,500,000. Incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-95. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. 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, and DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009, Limitations on the Use of 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. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with FAR 39.204(d), an exception to Section 508 applies; items are located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. Payment will be via Wide Area Workflow. 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 quote items which meet the requirements specified, 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-SR may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.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. Offers shall include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Quotes received after the closing date and time specified will be ineligible for award. Offers shall be submitted via electronic submission to Kaitlin Simoes at Kaitlin.simoes@navy.mil. Offers must be received on or before 28 April 2017 at 16:00 Eastern Standard Time (EST). Offers received after this date are late and will not be considered for award. For information on this acquisition contact Kaitlin Simoes at Kaitlin.simoes@navy.mil or 401-832-8695.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0299/listing.html)
- Record
- SN04475743-W 20170420/170418234506-6309ad7887b6e66b630bf525a716418b (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 |