SOLICITATION NOTICE
J -- Maintenance Services and Part Replacement on existing hardware: Cray XC-30 Supercomputer
- Notice Date
- 8/3/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018918QZ667
- Response Due
- 8/7/2018
- Archive Date
- 8/8/2018
- Point of Contact
- Ellen Wright 215-697-6912
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The NAVSUP FLC Norfolk Philadelphia Office requests responses from qualified sources capable of providing: Maintenance Services and Part Replacement on existing hardware: Cray XC-30 Supercomputer. Period of performance is 23 September 2018 through 22 September 2019. Performance Location is U.S Naval Academy, Annapolis, MD 21402. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract type is firm-fixed price (FFP). The RFQ number is N00189-18-Q-Z667. This is a request for quotations (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Publication Notice 20180629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811212 and the Small Business Standard is $27.5 Million. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b), Soliciting from a single source. The intended sole source vendor is Cray Inc. (CAGE: 0EYH8) of Seattle, WA. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all submissions received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. REQUIRMENT STATEMENT: This Service is a continuation of annual service required of the Naval Academy ™s Cray XC-30 system. It provides technical support for routine use of the machine by Naval Academy faculty and students, as well as a warranty for immediate replacement of hardware that may fail on the XC-30. The Naval Academy machine is a Cray XC-30 which is uniquely manufactured by Cray. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. The service requested will coordinate with U.S. Naval Academy ™s staff through email and a 9am-5pm hotline. If hardware maintenance/replacement is required, the required hardware must be shipped as part of this contract to the Naval Academy. CLIN 0001, FFP, 12 months: HW/SW MAINTENANCE RENEWAL ONXC30-AC; SN: 10000358 CRAY PROASSIST 9x5 DUE TO THE AGE OF THE SYSTEM, THE FOLLOWING SUPPORT ASSUMPTION APPLY: 1) Replacement of parts Identification 2) Completion of required part repairs 3) Security and OS patches The following FAR provision and clauses are applicable to this procurement: The following FAR AND DFARS clauses and provisions are incorporated by reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 FOB Destination 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7010 Cloud Computing Services 252.239-7017 Notice of Supply Chain Risk 252.246-7008Sources of Electronic Parts 252.247-7023Transportation of Supplies by Sea The following FAR and DFARS clauses and provisions shall be considered incorporated by full text within this solicitation: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; Use with its ALT I, when a time and materials contract is anticipated; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following clauses: ---- 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards ---- 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ---- 52.219-28 Post Award Small Business Program Representation ---- 52.222-3 Convict Labor ---- 52.222-19 Child Labor ”Cooperation with Authorities and Remedies ---- 52.222-21 Prohibition of Segregated Facilities ---- 52.222-26 Equal Opportunity ---- 52.222-36 Affirmative Action for Workers with Disabilities ---- 52.222-50 Combat Trafficking in Persons ---- 52.223-16 Acquisition of EPEAT-Registered Personal Computer Products ---- 52.225-13 Restriction on Foreign Purchases ---- 52.232-33 Payment by Electronic Funds Transfer - SAM 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.252-2 Clauses Incorporated by Reference 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.232-7006Wide Area Workflow Payment Instructions 252.239-7009 Representation of Use of Cloud Computing 252.244-7000 Subcontracts for Commercial Items Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order where possible. This announcement will close at 1200PM EST on 08/07/2018. Contact Ms. Ellen Wright who can be reached at (215) 697-9612 or email Ellen.wright @navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly demonstrate the capability of the quoter to meet all specifications and requirements. All questions and submissions related to this notice shall be submitted in writing to Ms. Ellen Wright at the email address indicated herein. Please see attached Statement of Work for additional Information ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ667/listing.html)
- Record
- SN05021058-W 20180805/180803231322-758cf16257fe4cfd3def472f2d6870ad (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 |