SOLICITATION NOTICE
70 -- Rack Mount Server
- Notice Date
- 5/5/2015
- 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-6546
- Response Due
- 5/12/2015
- Archive Date
- 6/11/2015
- Point of Contact
- Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Gina Goodman, Contracting Officer, 619-553-5208
- E-Mail Address
-
Contract Specialist
(dorothy.powell@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 the only solicitation. Competitive quotes are being requested under N66001-15-T-6546. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1000 employees. Quote Brand NameDo Not Substitute The statement below applies to CLINS 0001 to 0003 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." 1. 3 each Part #ZX224-X8DAi-SAX2 - ZX Series 2U Rack Mount Sever X8DAi CONSISTING OF: Support for 4 TranzPak 2 Removable HDDs; -Environmental Control Board for System Monitoring & Fan Control; Slim DVD/RW; - 2U Rack Height; 20" Chassis Depth; Dual Redundant 650W, 110/220VAC 50/400Hz,; Power Supply with MIL Power connector MS3102E10Sl-3P and EMI Filter; Dual Intel 5500 series Xeon Quad/Dual-Core, with QPI up to 6.4 GT/s; Intel 5520 (Tylersburg) Chipset; Up to 96GB DDR3 1333/1066{ 800MHz EGG; Registered DIMM /24GB Unbuffered DIMM; 2-porl Gigabit Ethernet Controller; 6x SATA(3.0Gbps) Ports RAID 0, 1, 5, 10 (Windows) RAID 0,1, 10 (Linux); 2 (x16) PCI-E 2.0, 1x 32-bit 33MHz PCI Slot; 9x USB Ports: 4 Rear, 2 Front (via internal header), 3 additional via header; Real!ek ALC883 7.1 HD Audio; IPMI2.0 Optional via add on card; -PS/2 keyboard and mouse ports; Gray Color (RAL7031). 2. 25 each Part # TP2-0500-72-SAT6 - TranzPak 2 HDD, 500GB SATA 7200 RPM 3. 3 each - ZMC-E1G42ET - Intel E1G42ET 2-port Gigabit Ethernet Controller 4.. Shipping if applicable must be listed on the quote as a separate line item. The ship to address is 4297 Pacific Highway bldg 0T7 San Diego Ca 92110. 5. All tangible items with a unit cost of $5,000.00 and over in reference to (attached clause) DFARS 252.211-7003, Item Unique Identification & Valuation must have a UID label. If charging for labels they must be listed on the quote as a separate line item. 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 2005-81 (04/10/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), April 20, 2015. 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. DFARS 252.204-7000-Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled Technical Information. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation 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, FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers. This RFQ closes on May 12, 2015 at 1500 or 3:00 PM, Pacific Daylight Time (PDT). Quotes must be uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil. under SSC Pacific/Simplified Acquisitions/N66001-15-T-6546 All questions must be uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T-6545 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil The point of contact for this solicitation is Dorothy Powell at dorothy.powell@navy.mil. Please include RFQ N66001-15-T-6546 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/4da46c1ba0a4ce60bea76e35f0c38f1d)
- Record
- SN03719949-W 20150507/150505234759-4da46c1ba0a4ce60bea76e35f0c38f1d (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 |