SOLICITATION NOTICE
70 -- SDREN HP Server
- Notice Date
- 4/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Explosive Ordnance Disposal Technology Division, 2008 Stump Neck Rd, Indian Head, Maryland, 20640-5070, United States
- ZIP Code
- 20640-5070
- Solicitation Number
- N00174-17-R-0046
- Archive Date
- 5/23/2017
- Point of Contact
- Amy C. Anderson, Phone: 3017446883
- E-Mail Address
-
amy.c.anderson2@navy.mil
(amy.c.anderson2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this procurement is N00174-17-R-0046 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated in provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77. This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334112 - Computer Storage Device Manufacturing. THIS IS A "BRAND NAME MANDATORY REQUIREMENT" - see below CLIN 0001 - Qty (1) - #718064-B21 - HPE DL380 Gen9 8SFF CTO Server Qty (1) - Opt. ABA US English Localization Qty (1) - #719050L21 HP DL380Gene9E5-2630v3 FIO Kit Qty (1) - #719050-B21 - HP DL380 Gen9 E5-2630v3 Kit Qty (1) - OPT. oD1 Factory integrated Qty (6) - #726719-B21 HP 16GB 2Rx4 PC4-2133P-R Kit Qty (6) - Opt.oD1 Factory integrated Qty (5) - #832514-B21 - HPE 1TB SAS 7.2K SFF SC HDD Qty (5) - Opt.oD1 Factory integrated Qty (1) - #749974-B21 - HP Smart Array P44oar/2G FIO Controller Qty (2) - Opt.oD1 Factory integrated Qty (2) - #647594-B21 HPE Ethernet 1Gb 4-port 331T Adapter Qty (1) - Opt. oD1 Factory integrated Qty (1) - #733660-B2 HP 2U SFF Easy Install Rail Kit Qty (2) - Opt. oD1 Factory integrated Qty (2) - #720478-B2 HPE 500W FS Plat Ht Plg Pwr Supply Kit Qty (1) - Opt. oD1 Factory integrated Qty (1) - #719079-B21 - HP DL380 Gen9 High Perf Kit CLIN 0002 - Qty (1) - #A8007B - HP1U USB Racl-Mount Kit Qty (1) - #C8S06A - HPE RDX USB 3.0 Internal Docking Station Qty (1) - #E7X52A - HPE RDX 2TB USB3.0 Int Disk Backup Sys Qty (20) - C7973A - HPE LTO-3 Ultrium 800GB RW Data Tape CLIN 0003 - Qty (1) - Opt. TT3 HPE ProLiant DL380 Gen9 Support Qty (1) - H1k92A3 - HPE 3Y Proactive Care 24X7 Service Qty (1) - Opt 80V HPE 1U USB Tape Arrays Support Qty (1) - #H1K92A3 - HPE 3Y Proactive Care 24X7 Service Suggested Source: Hewlett Packard All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Business Specialist: Amy Anderson, Civ, Telephone: (301) 744-6883, Fax: FAX: 301-744-6632 E-Mail: amy.c.anderson2@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the NSWC IHEODTD 4081 N. Jackson Road Indian Head, MD 20640 not later than 0900 (09:00 a.m.) Easter Standard Time on 5/8/2017. All quotes must be marked with RFQ number and title. J & A for Brand Name Requirement: SOLE SOURCE JUSTIFICATION FOR REQUIREMENT(S) OVER $2,500.00 AND UNDER $150,000.00 (Simplified Acquisition) From: Code 1041 (I. T. Division) To: 02 Contracts Department Ref: (a) Requisition #1300625607 Item: SOREN HP Server Date: 4.4.17 Contractor: TBD Est. Cost: Required Delivery Date: 6.30.17 (requested award date) Procurement To Be Conducted (check one of the following): _Only one Responsible Source (X) Brand Name - Item required must be a brand name, product or feature of a product, particular to one manufacturer. _Authorized dealers only 1. In accordance with reference (a) the following is submitted. a. A brief description of the intended use or application. This is a brand name mandatory requirement. Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technical Division's (NSWC IHEODTD) current server environment consists of Hewlett Packard equipment. This single brand allows streamlining of mandatory updates. Which reduces downtime for (NSWC IHEODTD) core systems. Maintaining a single brand of reliable, familiar systems will further enhance efficiency within the organization. b. Description of the critical or unique features (patent, copyright, proprietary, etc.). Which show no other item or source, can satisfy the Government's need. Providing Hewlett Packard brand servers allows the organization to leverage efficiencies in operation of a single brand of systems. Reducing the complexity of systems streamlines the update process allowing an enhanced cyber security posture for the organization. c. Describe the alternatives reviewed, which lead to the conclusion that only this particular source or product can meet the requirement. During the initial review of systems to meet the organizations needs we thoroughly reviewed many of Hewlett Packard's competition in the server space. Reliability, warranty, and price all differentiated HP from its competition in the market. During the next refresh of servers all competition will be thoroughly reviewed again. The above information must be certified as to the accuracy of the facts and representations contained in the request. {NAVSUPINST 4200.85C Chapter 4, Paragraph 5 (e)} The above facts have been reviewed and approved for sole source procurement and the anticipated cost to the Government will be fair and reasonable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N00174-17-R-0046/listing.html)
- Place of Performance
- Address: 4081 N. Jackson Road, Building 841, Indian Head, Maryland, 20640, United States
- Zip Code: 20640
- Zip Code: 20640
- Record
- SN04488098-W 20170429/170427234931-1dcb77fa89721f05184684f169bca6d2 (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 |