SOLICITATION NOTICE
70 -- Crystal Servers
- Notice Date
- 5/17/2023 11:40:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-23-Q-0356
- Response Due
- 5/22/2023 11:00:00 AM
- Archive Date
- 06/06/2023
- Point of Contact
- Kevin E. Silva, Phone: 4018323558
- E-Mail Address
-
kevin.e.silva2.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 Quote (RFQ) Number is N66604-23-Q-0356.�� The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to procure two (2) Crystal servers in support of the GCCS-M program that is to be used to test GCCS-M software on shipboard systems, on a Firm Fixed Price, Brand Name basis (See Attachment 1), as follows: Item Description:�Crystal server Part #:�CMS-00808 (Crystal Server SYSTEM, RS2606G , 1200WAC 1+1, 2X 5120T, 512GB DDR4, 7X 3.84TB SSD, BDRW, RAID, 2X 2 PORT 10G SFP+ NIC, NO RAILS (NUWC CANES)) Qty:�2� Required Award Date:�NLT 08/31/23 This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334111; the Small Business Size Standard is 1,250 employees.� Please see the required Delivery Date in the above chart; F.O.B. Destination: Newport, RI, 02841-1708 Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 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 Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax� 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 The following DFARS clauses apply to this solicitation: 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts 252.211-7003 Item Identification and Valuation� Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 exception applies to this procurement. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: Quote the required items, meeting the brand name requirements, in the required quantities; Meet the required period of performance; 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; and, All resellers shall be a Third Party Verified reseller at a minimum. Resellers shall provide proof of Third Party Reseller status. Status will be verified by the Government prior to award. NOTE:� Items shall be sourced directly from the OEM and/or OEM authorized channels only. The Government�s method of payment is Electronic Payment through Wide Area Workflow (WAWF) will be used.�� 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. A quote received after the closing date and time specified will be ineligible for award. The quote may be submitted via email to the email address below and must be received on or before Monday, May 22, 2023, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil or 401-832-3558.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd48e5d50da54d91b488559eb6eb68ac/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06685979-F 20230519/230517230110 (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 |