Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

70 -- Crystal Server - Sole Make and Model Justification

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device 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
N66604-16-Q-2293
 
Archive Date
8/26/2016
 
Point of Contact
Stephanie A. Smyth, Phone: 4018326964
 
E-Mail Address
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Make and Model Justification 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 Quotation (RFQ) number is N66604-16-Q-2293. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following items on a Firm Fixed Price, sole make and model (no substitutions allowed) basis (see the attached Sole Make and Model Justification). The basis for the sole make and model is that the Crystal High Performance Workstations being procured must be identical models to the shipboard systems in order to support building software packages for shipboard systems. CLIN No. Item Description Qty. 0001 Crystal Server P/N CMS-00096 SYSTEM Qty. 6 to include the following salient characteristics: RS265G, 760W 1+1, 2X5508, 48GB, 5X2TB, BDRW, 7805 RAID, 2 1000SX Fiber Ports, 2 100FX Fiber Ports (SPAWAR Common Storage Unit) 6 0002 Shipping This procurement is a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334112. The Non-Manufacturer Rule applies; therefore the Small Business Size Standard is 500 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses 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, and DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), and 252.204-7012, Safeguarding Covered Defense information and Cyber Incident Reporting (Dec 2015) apply to this solicitation. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. Section 508 Exception: Item or service is for a national security system (FAR 39.204(b)) applies to this solicitation. Required delivery 8 weeks after date of award, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Work Flow (WAWF). This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the sole make and model items listed (no substitutions allowed) in quantities specified and the offer meets the delivery requirement specified above. Failure to propose all the required items will render your quote ineligible for award. In order to determine technically acceptable: (1) the offeror must provide the items required by this solicitation, no substitutions allowed, as specified in the attached Sole Make and Model Justification, and 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 may render a quote being deemed technically acceptable. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far 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 Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Quotes received after the closing date and time specified will be ineligible for award. Quotes may be submitted electronically to Stephanie Smyth at Stephanie.a.smyth@navy.mil and must be received on or before Thursday, 11 AUG 2016, 2:00PM EST. Offers received after the closing date are late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at Stephanie.a.smyth@navy.mil or 401-832-6964.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2293/listing.html)
 
Record
SN04199951-W 20160730/160728235003-db5736b377a7f8d932d160cfab80c7b5 (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.