SOLICITATION NOTICE
70 -- 7B--N66596 NSMRL Super Micro Custom Build Optimized Standard Super Servers
- Notice Date
- 7/21/2023 10:31:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018923QG086
- Response Due
- 7/27/2023 9:00:00 AM
- Archive Date
- 01/23/2024
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0018923QG086 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,250.00 employees. This requirement is unrestricted and only qualified sellers may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-07-27 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Groton, CT 06340 The FLC Norfolk - Groton requires the following items, Brand Name Only (Exact Match), to the following: LI 001: 620P-ACR12L-OTO-26, Optimized ServerFFPCustom Build Optimized Standard Storage Super ServerMfg. Super Micro Computers, Inc.Brand Name Mandatory Storage Super Server 620P-ACR12L - Custom Build (Data Management)To include Shipping and Handling FOB Destination to Groton, CT 06349See Incorporated Custom Build Specifications Performance Work Statement (PWS) and Instructions to Quoters for Details. All vendors MUST complete RFQ SF1449 N0018923QG086 and upload with bid ALL mandatory technical criteria to include Detailed Itemization of ALL Custom Build Data Specifications and Configurations for CLIN 0001 Item 620P-ACR12L-OTO-26, Optimized Standard Super Server to include Shipping and Handling FOB Destination to Groton, CT 06349 with Lead Time Shipment Date ADC. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent.FOB: DestinationBRAND NAME/SOLE SOURCE: BNMILSTRIP: N6659623PR00034MFR PART NR: 620P-ACR12LPURCHASE REQUEST NUMBER: 1301091953ADDITIONAL MARKINGS: GTPOC - TBDPSC CD: 7B22, 2, EA; LI 002: 640P-E1CR24L-OTO-26, Optimized ServerFFPCustom Build Optimized Standard Super ServerMfg. Super Micro Computers, Inc.Brand Name Mandatory Storage Super Server 640P-E1CR24L - Custom Build (Data Sharing)To include Shipping and Handling FOB Destination to Groton, CT 06349.See Incorporated Custom Build Specifications Performance Work Statement (PWS) and Instructions to Quoters for Details.All vendors MUST complete RFQ SF1449 N0018923QG086 and upload with bid ALL mandatory technical criteria to include Detailed Itemization of all Custom Build Data Specifications and Configurations for CLIN 0002 Item 640P-E1CR24L-OTO-26, Optimized Standard Super Server to include Shipping and Handling FOB Destination to Groton, CT 06349 with Lead Time Shipment Date ADC. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent.FOB: DestinationBRAND NAME/SOLE SOURCE: BNMILSTRIP: N6659623PR00034MFR PART NR: 640P-E1CR24LPURCHASE REQUEST NUMBER: 1301091953ADDITIONAL MARKINGS: GTPOC - TBDPSC CD: 7B22, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334112 and the Small Business Standard is DISSOLVED. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. 1. Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable.2. All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email.3. All vendors MUST complete SF 1449 N0018923QG086 and UPLOAD with bid the following to be considered and not disqualified. a. Vendor shall provide Brand Name Mandatory Mfg. Detailed Itemization of ALL Custom Build Data Specifications and Configurations for CLIN 0001 and CLIN 0002.b. Confirmed Lead Time Completed custom build shipment date ADC for CLIN 0001 & CLIN 0002.c. Confirmed FOB Destination Shipping and Handling to Groton, CT 06349. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business;(B) Service-disabled veteran-owned small business;(C) Women-owned small business (WOSB) under the WOSB Program;(D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. NAVSUP Fleet Logistics Center Norfolk may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information.By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract.Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP Fleet Logistics Center Norfolk contract. System for Award Management OCT 2018 System for Award Management Maintenance OCT 2018 Commercial and Government Entity Code Reporting AUG 2020 Commercial and Government Entity Code Maintenance AUG 2020 Alternative Line Item Proposal JAN 2017 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 Instructions to Offerors--Commercial Products and Commercial Services MAR 2023 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2022 Unenforceability of Unauthorized Obligations JUN 2013 F.O.B. Destination NOV 1991 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 Expediting Contract Closeout MAY 2021 Notice on the Use of the Supplier Performance Risk System MAR 2023 Use of Government-Assigned Serial Numbers SEP 2010 Prohibition of Hexavalent Chromium JAN 2023 Qualifying Country Sources As Subcontractors MAR 2022 Export-Controlled Items JUN 2013 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023 Levies on Contract Payments DEC 2006 Notice of Supply Chain Risk DEC 2022 Supply Chain Risk DEC 2022 Subcontracts for Commercial Products or Commercial Services JAN 2023 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT 2020) REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) ALTERNATE I (OCT 2014) Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). PLACE OF MANUFACTURE (AUG 2018) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):FAR Clauses: https://www.acquisition.gov/browse/index/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/(End of provision) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):FAR Clauses: https://www.acquisition.gov/browse/index/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/(End of clause) AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision.(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.(End of provision) AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause.(b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation.(End of clause) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022) COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES --REPRESENTATION (DEC 2019) PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (MAY 2021) REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) PROHIBITION ON CERTAIN PROCUREMENTS FROM THE XINJIANG UYGHUR AUTONOMOUS REGION - REPRESENTATION (JUN 2023)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d249833daee542bbb0d51fbe19c3beac/view)
- Place of Performance
- Address: , Groton, CT 06340, USA
- Zip Code: 06340
- Country: USA
- Zip Code: 06340
- Record
- SN06759380-F 20230723/230721230049 (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 |