SOLICITATION NOTICE
70 -- Rack Mounted Display Server and IXI Technologies Components
- Notice Date
- 9/25/2020 12:06:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-20-Q-8023
- Response Due
- 9/25/2020 12:00:00 AM
- Archive Date
- 10/10/2020
- Point of Contact
- Stephanie A. Smyth, Phone: 4018326964
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Description
- Amendment 0003 dated 25 SEP 2020 is to extend the RFQ close time from 1:00PM UTC to 5:00PM UTC and to change the delivery lead time for Line Items 0002-0005 from 90 days to 18 weeks.� Amendment 0002 dated 25 SEP 2020 is to extend the RFQ close time from 11:00AM UTC to 1:00PM UTC. Amendment 0001 dated 24 SEP 2020 is to post a revised Brand Name Specification and extend the close date to 11:00AM UTC on 25 SEP 2020. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES 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; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-20-Q-8023. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price requirement for the following items: Line Item 0001 -�Brief Description:�Rack Mounted Display Server - See below minimum specifications; Qty 2 Line Item 0002 - P/N�SE-02108-07; Brief Description:�IXI Technologies Serial Card - NTDS Type A, Brand Name Only, no substitutions; Qty 2 Line Item 0003 - P/N�SE-04102-00; Brief Description:�IXI Technologies Serial Card � NTDS Type E, Brand Name Only, no substitutions; Qty�2 Line Item 0004 - P/N�AM-SP050-HDC-00; Brief Description:�IXI Technology High Density Connector, Brand Name Only, no substitutions; Qty�2 Line Item 0005 - P/N�Brand Name or Equal to CA-P0303-HDC-036; Brief Description:�120 pin cable assembly - See below minimum specifications; Qty�2 Item 0001 � Rack Mounted Display Server must meet the following minimum specifications: Rack mounted with rails Intel 8276 or better 512GB RAM 10TB Storage or more in a RAID 6 array nVidia V100 or equivalent RJ45 network connection (100 Mbps or 1Gbps) VGA port Trusted Platform Module (TPM) 2.0 No camera or wireless devices of any kind 2U unit minimum, not to exceed 3U Items 0002-0005 are being solicited on a brand name specific basis. No substitutions allowed.� Please see Attachment 1 Brand Name Specification for additional information.� Requirements: This procurement is solicited as a 100% Small Business Set-Aside, as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541519; the Small Business Size Standard is 150 employees. The required delivery is below; F.O.B. Destination is Newport, RI. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR provisions and clauses apply to this solicitation: 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 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, Offeror Representations and Certifications Commercial Items 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 52.233-4,� Applicable Law for Breach of Contract Claim The following DFARS provisions and clauses apply to this solicitation: 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.246-7008, Sources of Electronic Parts The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. An exception to 508 requirements applies. The Government�s preferred method of payment is credit card.� If the offeror does not accept Mastercard or a surcharge is applicable, payment may be made through Wide Area Workflow (WAWF).� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more.� If UID applies, payment will be made through WAWF. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: Quote the required items, meeting the minimum requirements (CLIN 0001) and brand name requirements (CLINs 0002-0005), in the required quantities; Meet or exceed the required delivery date of 90 days for CLIN 0001 and 18 weeks for CLINs 0002-0005�(Offerors shall quote delivery time for each line item); Provide proof that all items are shipped from the US; Provide proof that all items configured in house are new products, gray market items will not be accepted; Complete and sign Attachment 2 representation at FAR 52.204-24; and Items shall be sourced directly from the OEM and/or OEM authorized channels only. Additionally, the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within SPRS may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far 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 The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. The quotes must be submitted via email to the below address and must be received on or before Thursday, 24 September 2020, 5:00PM EST. Offer received after the closing date are considered to be late and may not be considered for award. For information on this procurement, contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/83f17920eb674cb9bd73033c57b2f9ff/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05811794-F 20200927/200925230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |