SOLICITATION NOTICE
70 -- MTUv2 Rugged Servers
- Notice Date
- 1/23/2024 9:08:17 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
- N6660424P0116
- Response Due
- 1/26/2024 11:00:00 AM
- Archive Date
- 02/10/2024
- 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)
- Description
- 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; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2). Request for Quote (RFQ) Number is N66604-24-Q-0116. This requirement is being solicited on an unrestricted basis, under the applicable NAICS Code 334111 with a standard size of 1,250 employees. NUWCDIVNPT intends to award a Firm Fixed Price Type purchase order for the following items: Item Description:�Rugged Server; Brand Name or Equal to the Dell PowerEdge XR11 Server per the minimum specifications provided as an attachment to this RFQ. Part #:�210-AYLQ Qty.: 15 NOTE: Desired Delivery date for all parts is: 09-FEB-2024. FOB Destination, Newport, RI 02841 Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.209-11, 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 52.204-24 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 52.212-4, 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: 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 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 Section 508 Exception (f) Applies. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far Payment will be made through Wide Area Workflow (WAWF). 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: (1) A quote including all of the items listed in table above and attached minimum specifications. No partial quotes will be accepted. (2) Offerors must include the manufacturer name and part numbers/serial numbers of all of the items. (3) Provide assertion that all items are shipped from within the US; (4) Provide assertion that all items configured in house are new products, gray market items will not be accepted; and (5) Offerors must meet or exceed the required delivery timeframes specified in the table above 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. Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess reprocurement costs. 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 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. 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. Quote must be received on or before Friday, January 26, 2024, by 2:00PM EST. Offers received after the closing date are considered to be late and may not be considered for award. For information on this acquisition contact Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/235f4d3a80dc4bd8b60871560d9617af/view)
- Place of Performance
- Address: Newport, RI 02840, USA
- Zip Code: 02840
- Country: USA
- Zip Code: 02840
- Record
- SN06942981-F 20240125/240123230041 (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 |