Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
MODIFICATION

70 -- APS Server

Notice Date
5/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-17-T-6727
 
Response Due
5/18/2017
 
Archive Date
6/17/2017
 
Point of Contact
Point of Contact - Frederick Espiritu, Contract Specialist, 619-553-3387; Cynthia M Horriat, Contracting Officer, 619-553-3755
 
E-Mail Address
Contract Specialist
(frederick.p.espiritu@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 Effective 5/10/17. The purpose of this amendment is as follows: 1. Change NAICS code to read 541519. 2. Question 01 if RFQ N66001-17-T-6727 required any environmental protections or ruggedization? Answer 01: No. 3. Extend solicitation close date to read Thursday, 18 May 2017 @ 10AM PST. 4. All other terms and conditions remain unchanged. -------------------------------------------------------------------------------- ---------- 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 only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-17-T-6727. This requirement is set-aside for small businesses, NAICS code is 334111 and the size standard is 1,250 Employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable quote whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable. A complete quote must be received for consideration. A complete quote is completion of submission of item 0001 thru 0002 provided specifications. Quotes Will Be Evaluated on an All or None Basis. Quote Brand Name or equal Specificiations. GOVERNMENT MINIMUM SPECIFICATIONS FOR ACOUSTIC PROCESSING SYSTEM SERVER (APSS) General Description: One rack-mounted computer system containing multiple chassis and RAID controllers, supporting up to two hundred forty-four (244) 3.5in Serial Attached SCSI (SAS) disk drives. The system is comprised of 1-each master chassis containing 24 front-mounted 3.5-in 10TB SAS data disks and two rear-mounted 2.5-in 400GB operating system disks (SSD). Only the master chassis will be populated with disk drives as a part of this requirement, five additional slave chassis will contain space for 44-each 3.5-in SAS data disks connected with appropriate cabling to the master chassis. Disk drives for the five slave chassis are not included in this procurement, the chassis will contain empty disk carriers. General System Specifications: 1. 2-each Intel Xeon processors 2. 512-GB of ECC registered random access memory 3. 6-each RAID controller processors with battery backed cache memory 4. 2-each 10GbE copper RJ-45 Ethernet ports 5. 2-each 10GbE SFP+ Ethernet ports 6. 1-each IPMI management Ethernet port 7. 24-each 10TB HDD SAS RAID data disk drives, located in master chassis 8. 2-each 400MB SSD SATA operating system disk drives, located in master chassis 9. Space to accommodate 220-each 3.5-in hot-swap HDD SAS disk drives (future capacity) 10. 19-in RETMA rack mounting with square-hole quick disconnect chassis slides 11. 24 total rack units (24U) 12. Dual 120-240VAC hot-swap power supply modules 13. No operating system (customer supplied) 14. All components are to be assembled and tested before delivery 15. 3 Year Standard Warranty 16. 3 Year Advanced Parts Replacement Note: All components to be assembled and tested before delivery. ITEM 0001 Detailed Specifications, Master Chassis, -2 x Intel Xeon E5-2643v4, 3.4GHz, 6/Core Processor(s) -1 x Supermicro Motherboard (P/N# MBC-X10DRH-iT), containing: -On-board Intel X540 Dual-Port RJ45 10GbE Controller -On-board IPMI 2.0 & KVM with Dedicated LAN -1 x Supermicro 4U Chassis (P/N# CSE-847BE1C-R1K28LPB) -12Gb/s SAS3 Single-Expander Backplane -16 x 32GB Memory Module, DDR4, 2400MHz. ECC Reg Mem (512-GB total RAM) -1 x Intel X710-DA2, Dual-Port 10GbE SFP+ Card -1 x LSI 9361-8i, 8-Port 12Gb/s SAS/SATA RAID+Cachevault (Cachevault populated in one (1) 3.5inch HS bay) -5 x LSI 9380-8e, 8-Port 12Gb/s SAS/SATA RAID+Cachevault (Each Cachevault populated in one (1) 3.5inch HS bay) -24 x Seagate 10TB V.6 Ent 12Gb/s SAS 3.5inch HDD(s) ST10000NM0096 -2 x Intel 400GB DC S3710 Series SATA 2.5 SSD(s) mounted in rear hot-swap bays (Rear Hot-swap bays attached to RAID Card via Breakout) -1 x 2 Meter TwinAX SFP+ 10GbE Cable: 10GbE SFP+ Cable (10Gbps, Passive, Twinax DAC) - 2m -Appropriate power cables Cables -Rail Kit: Quick-Release Rail Kit for Square Holes, 26.5 - 36.4 inches **** Additional Components **** -Breakout Cable: Supermicro Internal mini-SAS HD to SATA Forward Breakout Cable -w/SB, SFF-8643 (mini-SAS HD) to 4x SATA - 90/90/75/75/75cm - CBL-SAST-0556 -Cachevault: 6 x CacheVault Module for Supermicro 12Gb/s SAS3 RAID Controllers -CV Bracket Kit: 6 x Supermicro Remote Mount Kit for CacheVault in 2.5-inch drive bay Qty: 1 Each ITEM 0002 Detailed Specifications, Slave Chassis, 5-each: (quantities shown below are for one chassis) -1 x Supermicro 4U Chassis/JBOD Parts (P/N# CSE-847E2C-R1K28JBOD) -12Gb/s SAS3 Dual-Expander Backplane -SAS3 Expander provides connectivity to front drives (24) and expansion port -Host Port: Connection to host system: External SAS3 (SFF-8644) -Expansion Port: Connection for storage expansion: External SAS3 (SFF-8644) -SAS3 Expander: Expander provides connectivity to rear drives (20) and Expansion Port -Host Port: Connection to host system: External SAS3 (SFF-8644) -Expansion Port: Connection for storage expansion: External SAS3 (SFF-8644) -External SAS Cables: 2 x 1m External SAS Cable - x4 SFF-8644 SAS connectors -Power Cables: IEC60320 C13 to C14 Power Cable, 16AWG, 240V/15A, Black 4' -Power Supply: Redundant 1280W (1 + 1) Power Supply with PMBus - 80 PLUS Platinum Certified -Rail Kit: Quick-Release Rail Kit for Square Holes, 26.5 - 36.4 inches -44-each empty 3-1/2in hot-swap disk carriers to be included Qty: 5 Each IUI D over $5K - IUID LABEL DFARS 252.211-7003 MIL-std-130N Note : IUID labels are required on all equipment with a unit cost of $5000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost for the IUID label, please list it as a separate line item. To be considered for award, the offeror certifies that the product(s) 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 US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). 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 US, or that the product is in some manner not TAA compliant. " NOTE: "Vendor must provide at time of submission of quote their authorized reseller information (POC, phone number) and/or any documentation supporting that the items are actually coming from that reseller, i.e. certification, letter or copy of invoice. Failure to provide such proof will be treated as non-responsive and your quote(s) will not be considered for award." Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Active CAGE Code c. Business size/ NAICS code d. Terms of payment: Net 30days e. Request delivery date: Availability of items after receipt of order ARO f. RFQ Number: N66001-17-T-6727 g. Preferred method of shipping: FOB Destination h. Point of contact information and shipping cost info lead time. i. Period of Performance dates: (if required) j. Warranty Information Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 (01/19/2017) and Defense Federal Acquisition Regulation Supplement (DFARS), December 22, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offer; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As registered in SAM); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7000, Buy American--Balance of Payments Program Certificate; 252.225-7020, Trade Agreement Certificate; 252.239-7009, Representation of Use of Cloud Computing; 252.239-7017, Notice of Supply Chain Risk; and, 252.247-7022, Representation of Extent of Transportation by Sea. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Tailored at Award); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.b. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation (applies to items over $5K); 252.211-7008, Use of Government-Assigned Serial Numbers; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7021, Trade Agreements; 252.225-7036, Buy AmericanFree Trade Agreements--Balance of Payments; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services 252.239-7018 Supply Chain Risk; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; and, 252.247-7022, Representation of Extent of Transportation by Sea. This RFQ closes May 16, 2017 at 10:00 A. M. Pacific Standard Time. Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/ N66001-17-T- 6727. Contractors bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The contractor bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. The point of contact for this solicitation is Frederick Espiritu at Frederick.p.espiritu@navy.mil. Please include RFQ N66001-17-T-6727 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, CAGE Code and Federal Tax ID Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d74e4ae2eb87b9aa91836c2e4a0da232)
 
Record
SN04503485-W 20170512/170510235425-d74e4ae2eb87b9aa91836c2e4a0da232 (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.