SOLICITATION NOTICE
70 -- DELL POWEREDGE R720 / QTY-10
- Notice Date
- 11/4/2014
- 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
- N66001-15-T-6007
- Response Due
- 11/13/2014
- Archive Date
- 12/13/2014
- Point of Contact
- Point of Contact - NIDA B RAMOS, Contract Specialist, 619-553-4380; BELINDA SANTOS, Contracting Officer, 619-553-4502
- E-Mail Address
-
Contract Specialist
(nida.ramos@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-15-T-6007 This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1000 employees. RFQ is for BRAND NAME ONLYDo Not Substitute Item 0001, Dell PowerEdge R720, Network Server -2U Rack Server / See below configuration PowerEdge R720, Intel Xeon E26XX Processors (210-ABVP) / 1 PoworEdge R720 Molherboard, TPM (591 -BBBP) / 1 Mission Critical Package: 4-Hour 7X24 On-Srte ServiCe with Emergency Oispalch. 2 Year Extended (936-4573) / 1 ProSupport: 7x24 HW I SW Tech Support and Assislance, 3 Year (936 4613) / 1 Dell Hardware limited Warranty Plus On Stle Service Extended Year (939-2678) / 1 Dell Hardware Limited Warranty Plus On Site Service Initial Year (939 2768) / 1 Mission Critical Package: 4Hour 7x24 On-Site Service with Emergency Dispatch, lnillal Year (988-9221) / 1 Dell ProSuppon. For loch support, vis~ htlp://support.dell.com/ProSupport or call 1 -8009453355 (989-3439) / 1 MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (9968019) On-SIIe lnstallahon Declined (900-9997) / 1 PowerEdge R720 Shipping (331-4437) / 1 Risers wilh up to 6, x8 PCte Slots+ I, xl6 PCte Stot (331-4440) / 1 i0RAC7 Enterprise (421-5339) / 1 Bmadeom 5720 QP 1Gb Network Daughler Card (430-4418) / 1 2.5" Chassis wllh up 10 16 Hard Drives (31 7-8474) / 1 Bezel (318-1375) / 1 Perlormance BIOS Selling (330-3492) / 1 RAID I+Unconfigured RAID tor H710PIH710/H310 (2 SAS + 114 HODs) (331-4404) / 1 PERC H710 Integrated RAID Controller, 512MB NV Cache (3423529) / 1 Inlet Xeon ES-2643 3.30GHz, IOM Cache, S.OGT/s OPI, Turbo. 4C, 130W, Max Mem 1800MHz (317-9605) / 1 Heat Sink 1or PowerEdge R720 and R720xd (331 k4508) / 1 OIMM S&anks for Systems wUh 2 Processors (3178688) Intel Xeon E52643 3.30GHz. 10M Cache. S.OGT/s OPI, Turbo, 4C, 130W (3179618) / 1 Heat Sink lor PowerEd~ R720 and R720xd (331 -4508) / 1 8GB ROIMM, 1600MT/s, Low Vol!, Single Rank, x4 Data Width (370. AAVV) 4 / 1 1600MT/s RDIMMS (3314424 / 1) Perlorrnance Optimized (331-4428) / 1 600GB 10K RPM SAS 6Gbps 2.5in Hot-plug Hard Drive (342-0847) / 5 300GB 10K RPM SAS 6Gbps 2.51n Hotplug Hard Drive (3420429) / 2 No System Documentation. NoOpenManage DVD Kit (3105171) / 1 DVD ROM, SATA, INTERNAL (3139092) / 1 AeadyAails Sliding Rails With Cable Management Ann (331-4433) / 1 Dual, Holplug, Redundant Power Supply (1+1), IIOOW (3314607) / 1 Power Cord. NEMA 5-15P to C13. 15 amp. wall plug. 10 feet / 3 meter (310- 8509) / 2 Internal Dual SO Module (3314441) / 1 1GB SO Card lor RIPS (3423595) / 1 1GB SO Card IO< RIPS (3423595) / 1 Enable Redundant SO Cards (468-4612) / 1 No Operating Syslem (420-6320) / 1 No Media Required (4215736) / 1 VMware ESXi 5.1 U2 Embedded Image on Flash Media (421 9385) / 1 Qty 1 0 EA. = $__________________ Item 0002, UID Cost applies for over $5,000.00 Qty 1 Lot = $___________________ Item 0003, Shipping Cost : Qty 1 Lot _________________ Spawar System Center Pacific Receving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 "The statement below applies to CLIN 0001: To be considered for award, the offeror MUST be an authorized distributor of DELL products." To be considered for award, the offeror certifies that the product 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 U.S. (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the U.S.). 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 U.S., or that the product is in some manner not TAA compliant." Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-77 (10/14/2014) and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20141014 (Effective 15 Oct 2014). 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. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-6, Notice of Total Small Business Set- Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212- 5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204- 99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.211-7003, Item Unique Identification and Valuation. This RFQ closes on November 13, 2014 at 10:00 AM, Pacific Standard Time (PST). Quotes uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T-6007 The point of contact for this solicitation is Nida B. Ramos at nida.ramos@navy.mil. Please include RFQ N66001-14-T-6007 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f8a653bc65eed0c156c54dca67beb2e)
- Record
- SN03565620-W 20141106/141104234521-6f8a653bc65eed0c156c54dca67beb2e (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 |