Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2018 FBO #5972
SOLICITATION NOTICE

70 -- Dell PowerEdge R630 Servers - Brand Name Specification

Notice Date
3/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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-1253
 
Archive Date
4/19/2018
 
Point of Contact
Christopher P. Ramsden II, Phone: 4018322094
 
E-Mail Address
christopher.ramsden1@navy.mil
(christopher.ramsden1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Redacted Brand Name Specification 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-1253. This requirement is a 100% small business set-aside, in accordance with the Brand Name Specification, under the North American Industry Classification System Code (NAICS) 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 rack-mountable Dell PowerEdge R630 Servers (new and not refurbished) with the below specifications (see attached Brand Name Specification). NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis: CLIN DESCRIPTION PART NUMBER QUANTITY 0001 PowerEdge R630 Server 210-ACXS 4 The minimum specifications are as follows: PowerEdge R630 Server (210-ACXS) PowerEdge R630 Motherboard MLK (329-BCZI) PowerEdge R630 Shipping-8 Drive Chassis (340-AKPS) QLogic 57800 2x10Gb DA/SFP+ + 2x1Gb BT Network Daughter Card (540-BBBY) iDRAC8 Enterprise, integrated Dell Remote Access Controller, Enterprise (385-BBHO) Chassis with up to 8, 2.5" Hard Drives, 3 PCie Slots (321-BBKL) Power Saving Dell Active Power Controller (750-AABF) UEFI BIOS Boot Mode with GPT Partition (800-BBDM) RAID 1 for H330/H730/H730P (2 HDDs or SSDs) (780-BBJK) PERC H730 Integrated RAID Controller, IGB Cache (405-AAEG) Intel Xeon E5-2667 v4 3.2GHz,25M Cache,9.60GT/s QPI,Turbo,HT,8C/16T (135W) Max Intel Xeon E5-2667 v4 3.2GHz,25M Cache,9.60GT/s QPI,Turbo,HT,8C/16T (135W) Max 120GB Solid State Drive SATA Boot 6Gbps 2.5in Hot-plug Drive,13G (400-AEIB) PowerEdge Server FIPS TPM 2.0 (461-AADM) DVD+/-RW SATA Internal (429-AAQL) ReadyRails Sliding Rails With Cable Management Arm (770-BBBL) Dual, Hot-plug, Redundant Power Supply (1+1), 750W (450-ADWS) NEMA 5-15P to C13 Wall Plug, 125 Volt, 15 AMP, 10 Feet (3m), Power Cord, North America (450-AALV) Windows Server 2016 Standard,16CORE,Factory Installed, No Media,NO CAL (634-BILL) MS2016 Standard Edition, Additional License, 2 CORE,NO MEDIAJKEY (634-BILK) Windows Server 2016 Standard,16CORE,Media Kit (634-BILD) IO-pack of Windows Server 2016,2012 Device CALs (Standard or Datacenter) (634-BIMW) 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 accordance with the Brand Name Specification. 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 Systems 36 C.F.R. 1194.22-Web-Based and Internet Information and Applications 36 C.F.R. 1194.23 -Telecommunications Products 36 C.F.R. 1194.24-Video and Multimedia 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 Chris Ramsden at christopher.ramsden1@navy.mil offers must be received by 1400 Eastern Time, Wednesday, April 4, 2018. Offers received after this date and time will not be considered for award. For questions regarding this acquisition, contact Chris Ramsden at christopher.ramsden1@navy.mil. Attachments: - Brand Name Specification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1253/listing.html)
 
Place of Performance
Address: 47 Chandler Street, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04871686-W 20180331/180329231538-7844d162e9b8f526ae80c29cb691b1aa (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.