Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

70 -- ACCM M&S COMPUTE CLUSTER ENCLAVE - ATTACHMENT # 2 - BRAND NAME JUSTIFICATION - ATTACHMENT # 1 - GOVERNMENT MINIMUM REQUIREMENTS

Notice Date
1/18/2017
 
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
N66604-17-Q-0654
 
Point of Contact
Rosemary E. Shuman, Phone: 4018327167
 
E-Mail Address
Rosemary.Shuman@navy.mil
(Rosemary.Shuman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT # 1 - GOVERNMENT MINIMUM REQUIREMENTS ATTACHMENT # 2 - BRAND NAME JUSTIFICATION REDACTED 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 synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-17-Q-0654. This requirement is 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334111. The Small Business Size Standard is 1,250 Employees. NUWC Division Newport intends to purchase the following items on a Firm Fixed basis: CLIN 0001: QUANTITY of THIRTEEN (13) Compute Node Hardware CLIN 0002: QUANTITY of ONE (1) LTO6 Tape Hardware CLIN 0003: QUANTITY of ONE (1) Network Switch CLIN 0004: QUANTITY of ONE (1) Compute Node Disk Farm Hardware CLIN 0005: QUANTITY of TWO (2) Power Distribution Units CLIN 0006: QUANTITY of ONE (1) Accessories: Keyboard, Monitor, and Mouse CLIN 0007: QUANTITY of EIGHT (8) Metered Power Distribution Units CLIN 0008: SHIPPING (if applicable and separately priced) The quoted Alternate Compensatory Control Measure (ACCM) computer cluster must meet or exceed the Government Minimum Requirements, Attachment # 1. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The operating system and processor must be brand name only with no substitutions. The basis for the brand name is detailed in the Brand Name Justification, Attachment # 2. Delivery is sixty (60) days After Receipt of Order (ARO), F.O.B Destination, Newport, RI 02841. Electronic and Information Technology (EIT) 508 Compliance is required as follows: Network Switch: X 36 C.F.R. 1194.21 - Software Applications and Operating System 36 C.F.R. 1194.22 - Web-based and Internet Information and Applications X 36 C.F.R. 1194.23 - Telecommunications Products 36 C.F.R. 1194.24 - Video and Multimedia Products X 36 C.F.R. 1194.25 - Self Contained, Closed Products X 36 C.F.R. 1194.26 - Desktop and Portable Computers X 36 C.F.R. 1194.31 - Functional Performance Criteria X 36 C.F.R. 1194.41 - Information, Documentation and Support Compute Node Disk Farm Hardware: X 36 C.F.R. 1194.21 - Software Applications and Operating System 36 C.F.R. 1194.22 - Web-based and Internet Information and Applications X 36 C.F.R. 1194.23 - Telecommunications Products 36 C.F.R. 1194.24 - Video and Multimedia Products X 36 C.F.R. 1194.25 - Self Contained, Closed Products X 36 C.F.R. 1194.26 - Desktop and Portable Computers X 36 C.F.R. 1194.31 - Functional Performance Criteria X 36 C.F.R. 1194.41 - Information, Documentation and Support Compute Node Hardware: X 36 C.F.R. 1194.21 - Software Applications and Operating System 36 C.F.R. 1194.22 - Web-based and Internet Information and Applications X 36 C.F.R. 1194.23 - Telecommunications Products 36 C.F.R. 1194.24 - Video and Multimedia Products X 36 C.F.R. 1194.25 - Self Contained, Closed Products X 36 C.F.R. 1194.26 - Desktop and Portable Computers X 36 C.F.R. 1194.31 - Functional Performance Criteria X 36 C.F.R. 1194.41 - Information, Documentation and Support Red Hat Enterprise Linux V6: X 36 C.F.R. 1194.21 - Software Applications and Operating System 36 C.F.R. 1194.22 - Web-based and Internet Information and Applications 36 C.F.R. 1194.23 - Telecommunications Products 36 C.F.R. 1194.24 - Video and Multimedia Products 36 C.F.R. 1194.25 - Self Contained, Closed Products 36 C.F.R. 1194.26 - Desktop and Portable Computers X 36 C.F.R. 1194.31 - Functional Performance Criteria X 36 C.F.R. 1194.41 - Information, Documentation and Support Offerors 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 received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - 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 and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, 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-SR 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. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Rosemary Shuman at rosemary.shuman@navy.mil. Offers must be received by 2:00 p.m. (EST) on Monday, 23 January 2017. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Shuman at rosemary.shuman@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0654/listing.html)
 
Place of Performance
Address: Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04374687-W 20170120/170118234838-0c2120374ed2c1fb890f2a812003ecbb (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  © 1994-2020, Loren Data Corp.