Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
MODIFICATION

59 -- Computing System

Notice Date
5/11/2018
 
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-1898
 
Point of Contact
Zachary W. Augustine, Phone: 4018323488
 
E-Mail Address
zachary.augustine@navy.mil
(zachary.augustine@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Amendment 1: The purpose of this amendment is to address industry questions. Question 1. On the File and License server and large memory server, do you need a configuration? If so, what type and do you want hardware or software RAID? Answer 1. There is no need to configure or setup hardware/software RAID, it will be configured by our IT support after it is received. Question 2. For the requested 27" screens for all of the servers, do you just want standalone 27" monitors? Answer 2. Yes, a single standalone 27" monitor for each computer. Question 3. The requested memory sizes will not achieve the maximum memory bandwidth possible for Intel Xeon Scalable Processors. Should the memory sizes be upgraded for maximum memory bandwidth? Answer 3. The memory listed is the minimum requirement, more memory and achieving maximum bandwidth are desirable, however, this contract is awarded by a lowest price technically acceptable evaluation. Question 4. All servers have specs including monitor, keyboard, and mouse, but are also required to be rack mountable. Can you confirm the rackmount requirement? Answer 4. Yes, all computers need to be rack mounted. The keyboard, mouse, and monitor are standalone and are not rack mounted since they are being located remotely. This is a combined synopsis and 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; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-1898. This requirement is being solicited as a Brand Name Specified Item (No Substitutions Allowed); see attached Brand Name Specification. The Naval Undersea Warfare Center, Division Newport ("NUWCDIVNPT") is seeking a Firm Fixed Price ("FFP") quote for the following: CLIN# Description Quantity 0001 Graphic Workstations 2 each Minimum Specifications: CPU: 2x6 Core Xeon Gold 3.4 GHz Memory: 128 GB Primary Drive: 1 TB SSD Secondary Drive: 4 TB Screen Size: Single 27” Smart Card Reader: Built into the Keyboard Keyboard: USB Keyboard Mouse: USB Optical Mouse Graphics Card: nVIDIA 4 GB Rack Mounted: Yes Removable Drives: Yes Warranty: 3 Year Next Business Day Delivery: 60 Days ARO 0002 File and License Server 1 each Minimum Specifications: CPU: 2x6 Core Xeon Gold 3.4 GHz Memory: 32 GB Primary Drive: 1 TB SSD Secondary Drive(s): Total of 20 TB Screen Size: Single 27” Smart Card Reader: Built into the Keyboard Keyboard: USB Keyboard Mouse: USB Optical Mouse Rack Mounted: Yes Warranty: 3 Year Next Business Day Delivery: 60 Days ARO 0003 Large Memory Server 1 each Minimum Specifications: CPU: 2x20 Core Xeon Gold 2.4 GHz Memory: 1 TB Primary Drive: 1 TB SSD Secondary Drive(s): Total of 12 TB Screen Size: Single 27” Smart Card Reader: Built into the Keyboard Keyboard: USB Keyboard Mouse: USB Optical Mouse Graphics Card: nVIDIA 4 GB Rack Mounted: Yes Warranty: 3 Year Next Business Days Delivery: 60 Days ARO 0004 Operating System 4 each Minimum Specifications: Red Hat Enterprise Linux Server, Self-Support, 2 socket, 3 year Delivery: 60 Days ARO 0005 Shipping 1 each Offerors shall include shipping charges, if applicable, F.O.B. Destination to Newport, RI 02841. This requirement is being solicited as a 100% Small Business set-aside requirement under North American Industry Classification System (NAICS) Code 334111, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The applicable size standard is 1,250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. FAR 52.212-1 “Instructions to Offerors-Commercial Items” and FAR 52.212-3 “Offeror Representations and Certifications Commercial Items” apply. FAR 52.212-4 “Contract Terms and Conditions-Commercial Items,” 52.212-5 “Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items,” 52.209-11 “Representation by Corporations Regarding Delinquent Tax also apply to this solicitation.” DFARS 252.204-7008 “ Compliance with Safeguarding Covered Defense Information Controls” and 252.204-7015 “ Notice of Authorized Disclosure of Information for Litigation Support” apply to this solicitation. 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. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable offer. In order to be determined technically acceptable: (1) the offeror must quote the items specified, in their 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 (currently, Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable. The Government's preferred payment method is via credit card. Defense Priorities and Allocations System ("DPAS") rating of DO-C9 applies. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. Offers must be submitted via email to zachary.augustine@navy.mil. Offers must be received on or before 2:00 p.m. on 18 May 2018. For questions pertaining to this acquisition, please contact Zachary Augustine by email: zachary.augustine@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1898/listing.html)
 
Record
SN04919624-W 20180513/180511230752-819bce042b591a0c48020f211df701b8 (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.