Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

70 -- Server

Notice Date
5/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer 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
N66604-18-Q-2075
 
Archive Date
6/7/2018
 
Point of Contact
Teresa M. Michael, Phone: 4018325434
 
E-Mail Address
teresa.michael@navy.mil
(teresa.michael@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation will be open for less than 30 days in accordance with FAR 5.203(b). Request for Quotation (RFQ) Number is N66604-18-Q-2075. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm-fixed price purchase order for one (1) server as specified in the table below. Description Qty. Each Intel Xeon Platinum 8180 (Processors) 4 1.2 Terabyte Drives (Storage) 24 32 GB DDR4 Memory 16 External Blu-Ray read/write 1 USB SD External Support 1 Rack Mounted Server / Keyboard and Mouse / KVM assembly 1 10 GB RJ45 Network Adapters 2 1 GB RJ45 Network Adapters 2 SAS Control 1 FOB Destination: Naval Undersea Warfare Center Division, Newport, RI 02841. This requirement is being solicited as 100% set-aside for small business. The NUWCDIVNPT Office of Small Business Programs (OSBP) concurs with the determination. The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1250 employees. Incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular. The Provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law; 52.212-1, Instructions to Offerors - Commercial Items; and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. DFARS Clause 252.211-7003, Item Identification and Valuation, and Provision 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors, apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted match the specifications and delivery schedule specified above. The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with FAR 39.204(d), Section 508 EIT Accessibility Standards 36 C.F.R. §1194.21, §1194.23, §1194.25, §1194.26, §1194.31, and §1194.41 are applicable to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://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. Payment will be made via Wide Area Work Flow (WAWF). 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 number. Quotes must be submitted via electronic submission to Teresa Michael at teresa.michael@navy.mil and must be received on or before May 23, 2018 at 2:00 pm Eastern Standard Time (EST). Quotes received after this date are late and may not be considered for award. The point of contact for this procurement is Teresa Michael at teresa.michael@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2075/listing.html)
 
Record
SN04927327-W 20180519/180517231338-77b0ae601e1f7c7e6c0a71e56b800e95 (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.