SOLICITATION NOTICE
70 -- U2 Server
- Notice Date
- 11/20/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-18-Q-7805
- Response Due
- 11/29/2017
- Archive Date
- 12/29/2017
- Point of Contact
- Point of Contact - David St Cyr, Contract Specialist, 619-553-4474; Peaches Francis, Contracting Officer, 619-553-4507
- E-Mail Address
-
Contract Specialist
(david.stcyr@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-18-Q-7805. The NAICS code applicable to this acquisition is 334111and the small business size standard is 1250 employees. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: BRAND NAME DO NOT SUBSITUTE ITEM DESCRIPTION QUANTITY UNIT 0001 2U SERVER; PN: 2U-CTO 0018 EACH DETAILS: SUPERMICRO 2U SERVER. NOTE: EACH CONFIGURED WITH THE FOLLOWING PARTS: - 1X 2U CHASSIS; 25.5"D; 12X 3.5 + 2X 2.5" HOT SWAP DRIVES; 920W REDUNDANT PS (PLATINUM) - 826BE1C - 1X DUAL SOCKET R3 (LGA 2011) MOTHERBOARD SUPPORTS INTEL XEON E5?2600V4 PROCESSORS - X10DRC-T4+ - 1X INTEL X540 QUAD PORT 10GBASE-T ETHERNET LAN FOR CONNECTIVITY - ON MOTHERBOARD - 2X INTEL I350 QUAD PORT GIGE LAN VIA ADD?ON CARDS (8X GIGE PORTS TOTAL) - 1X SATA DOM MODULE - 16GB VFLASH CAPACITY FOR IPMI - 2X LSI 3108 HW RAID CONTROLLER, 2GB CACHE, 12GB/S - GEN 3, RAID 0, 1, 5, 6, 10, 50, 60 - 1X RAID CONFIGURED AS REQUESTED BY END?USER - 1X TPM 1.2 MODULE WITH INFINEON 9655, ROHS/REACH,PBF; VERTICAL - 2X INTEL XEON 14 CORE E5-2660V4 2GHZ 35MB SMART CACHE 9.6GT QPI 105W PROCESSORS - 2X 2U PASSIVE CPU HEAT SINK FOR X10 GENERATION SYSTEMS EQUIPPED W/ A SQUARE ILM MB - 6X 32GB DDR4-2400 2RX4 ECC REGISTERED DIMM MEMORY (192GB RAM TOTAL, INSTALLED) - 2X 2.5" 600GB SAS 12GB/S 15K RPM 128MB BUFFER/CACHE 512N HDD - AL13SXB60EN - 12X 3.5" HOT SWAP 6TB NLSAS 12GB/S 7.2K RPM 128MB BUFFER/CACHE 512E HDD - MG04SCA60EE - 1X READY RAILS - 26" SLIDING RAIL KIT FOR RACKMOUNT CHASSIS WITH CABLE MANAGEMENT ARM - 2X NEMA 5-15P TO C13 WALL PLUG, 125V, 15A, 10 FEET (3M) POWER CORD, NORTH AMERICA - 1X ASSEMBLE, SETUP, CONFIGURE, TEST AND DELIVERY - 1X THREE (3) YEAR NEXT BUSINESS DAY SUPPORT, ADVANCED PARTS EXCHANGE ITEM DESCRIPTION QUANTITY UNIT 0002 10GB NIC; PN: INTEL-CARD-BASE 0036 EACH DETAILS: INTEL XL710 AND X557 QUAD PORT 10GBASE-T ETHERNET LAN FOR CONNECTIVITY (1X ADD-ON CARD) ITEM DESCRIPTION QUANTITY UNIT 0003 1U SERVER; PN: 1U-CTO 0007 EACH DETAILS: SUPERMICRO 1U SERVER. NOTE: EACH CONFIGURED WITH THE FOLLOWING PARTS: - 1X 1U RACKMOUNT CHASSIS; 4X 3.5" HOT SWAP DRIVE BAYS; 350W HIGH EFFICIENCY PS (GOLD) - 1X SINGLE SOCKET R3 (LGA 2011) MOTHERBOARD SUPPORTS INTEL XEON E5-1600V4 PROCESSORS - X10SRM-F - 1X INTEL I350-AM2 DUAL PORT GIGABIT ETHERNET LAN FOR CONNECTIVITY - ON MOTHERBOARD - 1X INTEL I350 DUAL PORT GIGABIT ETHERNET LAN FOR CONNECTIVITY - ADD-ON CARD (4X GIGE PORTS TOTAL) - 1X SATA DOM MODULE - 16GB VFLASH CAPACITY FOR IPMI - 1X LSI 3108 HW RAID CONTROLLER, 2GB CACHE, 12GB/S - GEN 3, RAID 0, 1, 5, 6, 10, 50, 60 - 1X RAID CONFIGURED AS REQUESTED BY END-USER - 1X LOCKING FRONT BEZEL FOR 1U SERVER - 1X TPM 1.2 MODULE WITH INFINEON 9655, ROHS/REACH,PBF; VERTICAL - 1X INTEL XEON 4 CORE E5-1630V4 3.7GHZ 10MB SMART CACHE 140W PROCESSOR - 4X 16GB DDR4-2400 1RX4 ECC REGISTERED DIMM MEMORY (64GB RAM TOTAL, INSTALLED) - 4X 3.5" 8TB SATA 6GB/S 7.2K RPM 128MB BUFFER/CACHE 512E HDD - HUH728080ALE600 - 1X SLIM BLACK DVD-RW +/- OPTICAL DISK DRIVE - 1X READY RAILS - 26" SLIDING RAIL KIT FOR RACKMOUNT CHASSIS WITH CABLE MANAGEMENT ARM - 1X NEMA 5-15P TO C13 WALL PLUG, 125V, 15A, 10 FEET (3M) POWER CORD, NORTH AMERICA - 1X MICROSOFT WINDOWS SERVER 2012 R2 - STANDARD EDITION OPERATING SYSTEM WITH DVD, INSTALLED - 1X ASSEMBLE, SETUP, CONFIGURE, TEST AND DELIVERY (INCLUDING OS INSTALLATION) - 1X THREE (3) YEAR NEXT BUSINESS DAY SUPPORT, ADVANCED PARTS EXCHANGE ITEM DESCRIPTION QUANTITY UNIT 0004 SPARE HARD DRIVES 2U SERVER; PN: 2U-HDD 0020 EACH DETAILS: SPARE HARD DRIVES 2U SERVER. 3.5" 6TB NLSAS 12GB/S 7.2K RPM 128MB BUFFER/CACHE 512E HDD. MUST MATCH DRIVES THAT COME WITH 2U SERVER. ITEM DESCRIPTION QUANTITY UNIT 0005 SPARE HARD DRIVES 1U SERVER; PN: 1U-HDD 0010 EACH DETAILS: SPARE HARD DRIVES FOR 1U SERVER. 3.5" 8TB SATA 6GB/S 7.2K RPM 128MB BUFFER/CACHE 512E HDD. MUST MATCH DRIVES THAT COME WITH 1U SERVER. Delivery Date: 5 January 2018 Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance Offeror Instructions: Notice: The Government may consider quotes that fail to follow all instructions to be unacceptable and ineligible for contract award. Quotes shall: 1. Include pricing for each individual unit and a total price in US Dollars ($); 2. Be written in English and show the offeror name, address, DUNS and CAGE code, business size and type of small business, and telephone and e-mail address of an Offeror point of contact; 3. Stay within the page limitations indicated below; 4. Be submitted in electronic PDF or Excel format; and Certification: "To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US)." Certification is not limited in pages. Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. All pages of the Technical File shall be numbered and shall not exceed ten pages. Basis For Award: This procurement will use the lowest price technically acceptable source selection methodology. The Government intends to award a contract to the lowest price technically acceptable quote received in response to this solicitation. Any quote evaluated as unacceptable will not receive an award. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017); FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (Jan 2017); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications (Oct 2015); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); and 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). The following clauses, incorporated by reference, apply to this acquisition: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7006, Billing Instructions (Oct 2005); 252.204-7011, Alternative Line Item Structure (Sep 2011); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Oct 2016); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); and, 252.247-7023, Transportation of Supplies by Sea (Apr 2014). This RFQ closes on 11/29/2017 at 11:00 AM, Pacific Time. Questions and quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-18-Q-7805. E-mail quotes or offers will not be accepted. Late quotes will not be accepted. For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. The point of contact for this solicitation is David St. Cyr at david.stcyr@navy.mil. Please include RFQ# N66001-18-Q-7805 on all inquiries. Questions may be addressed afterward at the discretion of the Government. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have a registered DUNS and CAGE Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/706a80e4f07f75237d2695f81bf2f9d3)
- Record
- SN04744762-W 20171122/171120230823-706a80e4f07f75237d2695f81bf2f9d3 (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 |