MODIFICATION
70 -- Dell Reverberation Rack - Updated Item Specifications
- Notice Date
- 12/28/2017
- Notice Type
- Modification/Amendment
- 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
- N66604-18-Q-0580
- Archive Date
- 1/15/2018
- Point of Contact
- Alexander Sasso, Phone: 4018325102
- E-Mail Address
-
alexander.sasso@navy.mil
(alexander.sasso@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Updated Item Specifications 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 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; quotes are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-18-Q-0580. This requirement is Unrestricted under the North American Industry Classification System Code (NAICS) for this acquisition is 334111 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,250 employees. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) has a requirement for Brand Name Dell units to be completely compatible and interchangeable with the existing computers in the Weapons Analysis Facility (WAF) laboratory. These computers must be able to be capable of being swapped around within minutes minimizing the weapon simulation down time that could affect program deadlines. This requirement is for Brand Name Dell units and listed associated parts only (see attached Brand Name Specification). NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis: CLIN DESCRIPTION PART NUMBER QUANTITY 0001 Dell Netshelter SX 42U Rack A7545497 1 With Doors & Side Panels 0002 Dell PowerEdge R730 210-ACXU 14 Rackmount Computers (see attached for specifications) 0003 VPI Mellanox FDR InfiniBand 470-ABIV 28 QSFP Passive Copper Cables 0004 Mellanox Infiniband SX6036 A7434211 1 High Speed Network Switch 0005 Mellanox Connect-3 VPI A6911083 14 Adapter Cards, Dual Port QSFP FDR IB 0006 APC Metered Rack Power A7284209 1 Distribution Unit 200/208V 0007 Unified Fabric Management A7297644 14 Standard License 0008 5 year Bronze Support for A7017431 14 Connect-3 Cards 0009 4 year Global Bronze A7255100 28 Support - Extended Warranty 0010 5 year Bronze Tech Support A7103863 1 For Infiniband SX6036 Switch 0011 5 year Silver Support for A7246236 14 Unified fabric Management Standard License The minimum specifications for each line item are attached (see attached Item Specifications). This requirement is for brand new parts only. Refurbished items are not acceptable. Delivery: FOB Destination to Newport, RI (02841) (Please provide best delivery date in quote) In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and 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 listed in the minimum specifications, 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at FAR 52.212-1 - Instructions to Offerors-Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision of FAR 52.212-3 - Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses 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. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9; Electronic and Information Technology (EIT) 508 Compliance is required as follows: 36 C.F.R. 1194.21 - Software Applications and Operating System 36 C.F.R. 1194.23 - Telecommunications Products 36 C.F.R. 1194.25 - Self Contained, Closed Products 36 C.F.R. 1194.26 - Desktop and Portable Computers 36 C.F.R. 1194.31 - Functional Performance Criteria 36 C.F.R. 1194.41 - Information, Documentation and Support Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available on the website. Offerors shall include price, delivery terms, and the following additional information with submissions; point of contact (including telephone number and email address), contractor CAGE code, and contractor DUNS number. Offers must be emailed directly to Alexander Sasso at alexander.sasso@navy.mil. Offers must be received by 1400 on Tuesday January 9, 2018. Offers received after this date and time will not be considered for award. For questions regarding this acquisition, contact Alexander Sasso at alexander.sasso@navy.mil. Attachments: - Brand Name Specification - Item Specifications Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-12-15 08:35:17">Dec 15, 2017 8:35 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-12-28 13:12:40">Dec 28, 2017 1:12 pm Track Changes AMENDMENT 1 The purpose of Amendment 1 is to answer the following question. QUESTION 1: Is this requirement a small business set-aside? ANSWER 1: This requirement is not a small business set-aside. This requirement is being competed as Unrestricted. AMENDMENT 2 The purpose of Amendment 2 is to: 1: Update Item Specifications due to an updated Government requirement. 2: Attach updated item specifications labeled "Updated Item Specifications". 3: Extend RFQ closing date to January 9, 2018 at 2:00pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0580/listing.html)
- Record
- SN04777581-W 20171230/171228230925-df83a98fe226b8ddfcc86b2fa2696d13 (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 |