SOLICITATION NOTICE
70 -- Dell Server & Support
- Notice Date
- 3/6/2026 5:47:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N0017826Q6695
- Response Due
- 3/10/2026 9:00:00 AM
- Archive Date
- 03/25/2026
- Point of Contact
- Marica Rennie, Phone: 5407425921
- E-Mail Address
-
marcia.m.rennie.civ@us.navy.mil
(marcia.m.rennie.civ@us.navy.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION: N0017826Q6695 Submitted by: Marcia Rennie NAICS Code: 334111 FSC/PSC Code: 7K20 Anticipated Date to be published in SAM.gov: 06 March 2026 Anticipated Closing Date: 10 March 2026 Contracts POC Name: Marcia Rennie Telephone#: 540-742-5921 Email Address: marcia.m.rennie.civ@us.navy.mil PSC/FSC Code and Description: 7K20 � IT and Telecom - Storage Products (hardware and Perpetual License Software Basis for award: __ Brand Name or Equal - FAR 6.103-1(d) _X_ Sole Source - FAR 6.103-1(b) __ Full and Open - FAR 6.101 __ Total Small Business Set Aside - FAR 19.104-1 This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued. Synopsis/Solicitation N0017826Q6695 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449. For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/service manufactured by Dell as follows: 210-BGSS PowerEdge R760XD2 Server with Sole Source support services for unique software installation, security hardening on-site integration services to be provided by SelecTech, LLC. See the attached SF1449 Solicitation Statement of Work (SOW) & Requirements List with configuration. Dell is located in Round Rock, Texas. To maintain compatibility with the existing system, the requested hardware must be compatible in all aspects (form, fit and function) with existing equipment currently installed. Utilizing another manufacturer�s products would result in the XXXX being incompatible with each other. Without this hardware, there's a possibility higher long-term costs from overloading our existing, less capable, and older hardware that may lead to premature hardware failure and higher maintenance costs compared to the investment in high-performance infrastructure. While the core hardware is a commercial-off-the-shelf (COTS) product, the government's requirement is for a solution that includes unique CTERA software installation, security hardening, and on-site integration services that are not available from any other source. Due to their exclusive ability to transform this specific COTS product into the required mission-specific system, SelecTech, LLCs� deep institutional knowledge of the program, and their critical on-site integration support, SelecTech is the only vendor capable of meeting the government's needs without adding risk to the program. This history has uniquely positioned them to develop and refine the specific software configurations and security protocols required by the program. This transformation involves proprietary processes, custom scripts, and a deep understanding of the interplay between the hardware, software, and the program's operational network. This tailored solution cannot be purchased from another vendor or replicated without significant mission risk, schedule delays, and engineering costs. SelecTech, LLC deep understanding of the program's unique operational environment is a direct result of this long-term collaboration. All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Laurel, MD as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis. All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror�s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected. Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government�s price analysis and determination of fair and reasonable pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made on a Lowest Price Technically Acceptable basis. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposal is due by 10 March 2026, no later than 12:00 p.m. EST with an anticipated award date by 30 April 2026. Questions regarding this requirement may be submitted via email prior to 09 March 2026 @ 9 a.m. EST. Responses regarding this synopsis/solicitation may be submitted by e-mail to marcia.m.rennie.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6695 in the subject line. Attachments � -SF1449: N0017826Q6695 Solicitation/Contract/Order for Commercial Items -Requirements List - Statement of Work (SOW) Redacted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/832d32875c324bfda85d71097b7e44db/view)
- Record
- SN07737288-F 20260308/260306230037 (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 |