Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
MODIFICATION

70 -- RES-XR5 HD Front I/O System ; Themis 6U RES-XR5 HD Front I/O System ; RES-XR5 HD Front I/O Systems

Notice Date
12/18/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
1333 ISSAC HULL AVENUE SE, WASHINGTON, DC 20376
 
ZIP Code
20376
 
Solicitation Number
N0002418P5187
 
Response Due
12/15/2017
 
Archive Date
6/13/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: 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 N0002418P5187 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 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-96 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-12-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Virginia Beach, VA 23461 The NAVSEA - HQ requires the following items, Brand Name Only (Exact Match), to the following: LI 001: RES-XR5-1U Server, XR5 RES 1U-17" RIO with top access 2 x M.2 128GB SSD, P/N: 531-100067-12273: NOTE: This Item must be built and delivered to exactly the following configuration: Supermicro X10DRW-i Motherboard (2) E5-2648LV3, 12 Cores, 1.8 GHz, 75 Watts (8) 16GB DDR4 RDIMM-2133 Memory Modules, (total 128 GB) Expansion Cards:(2) M.2 128GB SSD Module; (1) M.2 Storage Trap Door; (2) M.2 carrier assembly Front I/O (1) DVD-RW/CD-RW, Tray Load (3) 1TB 7200RPM 2.5 in. SATA HDD 2 USB 3.0 ports brought out through drive bay from header on motherboard Power Supply: Redundant DC 48V 750 Watt Power Supply Rear I/O: 2 Gigabit Ethernet Ports 1 Fast UART 16550 serial ports 4 USB 3.0 Ports 1x VGA port Integrated IPMI 2.0 and KVM with Dedicated LAN Expansion Slots RSC-R1UW-2E16: 1U LHS Riser Card with 2 PCI-E x16 Operating System: CentOS client (current revision) (no media or support) Chassis: 20 inches deep, 1U high, Flanges with Handles, No Front Doors, No Front Filter BIOS Settings: Fan speed set to Quietest Mode; Warranty Length Requested: 12 Months: Manufacturer: Themis: OPN; FSC CODE 7050 NOTE: (1) If the Vendor is an entity other than the OEM (Themis), the vendor asserts and certifies that they are an Authorized Themis Reseller or Distributor. (2) Vendor asserts and certifies that items provided in conjunction with this procurement are certified as new, and sourced from the OEM (if the vendor is not the OEM). Vendor also warrants that the items are Trade Agreement Act (TAA) compliant. (3) Vendor asserts that parts provided under this procurement convey to the government, with all manufacturers warranties, both specified and implied, along with all rights and privileges. (4)**PLEASE NOTE: These items must be built and delivered to exactly the specified configuration: counterfeit items not acceptable, refurbished items not acceptable, recertified items not acceptable. (5) PLEASE NOTE: These items must be built and delivered to exactly the following configuration: counterfeit item not acceptable, refurbished item not acceptable, recertified item not acceptable, remanufactured item not acceptable unless item is remanufactured within the UNITED STATES or MAYLASIA and includes paperwork traceability with English language written certificate of conformance with the delivery of the item including its serial number indicating as such, item marked Made in CHINA not acceptable, acceptable manufacturers are limited to the UNITED STATES and/or MAYLASIA only and shall have a marked label on the item indicating as such., 16, EA; LI 002: RES with 40/56Gbit Infiniband/Ethernet Network and motherboard LOM - QSFP Infiniband Connector (HDSYS2: Part number: 518-100128-12623: NOTE: This Item must be built and delivered to exactly the following configuration: Part number: 518-100128-12623 HD 3U Front I/O Chassis: (1) HD 40/56Gbit 6012 Ethernet/Infiniband Switch with L2 L3 Gateway Software (4) HD Compute Module Front I/O (P/N: 518-122055-L01). Each Module Configured with: - Supermicro X100RT-LIBF Motherboard includes 1x external QSFP Infiniband connector (2) Embedded E5-2648LV4, 14 Cores (Hyperthread), 1.8Ghz, 35MB Cache, 75Watts (Broadwell) (4) 32GB DDR4 LRDIMM-2400 (2) 128GB Disk on Module (DOM) (1) Mellanox MCX354A-FCCT ConnectX-3 Pro VPI Adapter Card Dual-Port QSFP FDR IB (56Gb/S) and 40/56GbE (1) HD RES Manager (3) 1100W 48V DC Power Supply (includes 4-wire DC Cable, 1m) HD 3U Front I/O Chassis: (1) HD 40/56Gbit 6012 Ethernet/Infiniband Switch with L2 L3 Gateway Software (5) HD Compute Module Front I/O. (P/N: 518-122055-L01 ). Each Module Configured with: - Supermicro X100RT-LIBF Motherboard includes 1x external QSFP Infiniband connector (2) Embedded E5-2648LV4, 14 Cores (Hyperthread), 1.8Ghz, 35MB Cache, 75Watts (Broadwell) (4) 32GB DDR4 LRDIMM-2400 (2) 128GB Disk on Module (DOM) (1) Mellanox MCX354A-FCCT ConnectX-3 Pro VPI Adapter Card Dual-Port QSFP FDR IB (56Gb/S) and 40/56GbE (1) 3U+3U Chassis Integration (3) 1100W 48V DC Power Supply (includes 4-wire DC Cable, 1m) Warranty Length Requested: 12 months: Manufacturer: Themis: OPN; FSC CODE 7050 NOTE: (1) If the Vendor is an entity other than the OEM (Themis), the vendor asserts and certifies that they are an Authorized Themis Reseller or Distributor. (2) Vendor asserts and certifies that items provided in conjunction with this procurement are certified as new, and sourced from the OEM (if the vendor is not the OEM). Vendor also warrants that the items are Trade Agreement Act (TAA) compliant. (3) Vendor asserts that parts provided under this procurement convey to the government, with all manufacturers warranties, both specified and implied, along with all rights and privileges. (4)These items must be built and delivered to exactly the specified configuration: counterfeit items not acceptable, refurbished items not acceptable, recertified items not acceptable., 2, EA; LI 003: RES-XR5 HD Front I/O System with 40/56Gbit Infiniband/Ethernet Network and motherboard LOM - QSFP Infiniband Connector (HDSYS2): Part number: 518-100109-12570: NOTE: This Item must be built and delivered to exactly the following configuration: Part number: 518-100109-12570 HD 2U Front I/O Chassis: (1) HD 40/56Gbit 6012 Ethernet/Infiniband Switch with L2 L3 Gateway Software (2) HD Compute Module Front I/O. Each Module Configured with: - Supermicro X100RT-LIBF Motherboard includes 1x external QSFP Infiniband connector (2) Embedded E5-2648LV4, 14 Cores (Hyperthread), 1.8Ghz, 35MB Cache, 75Watts (Broadwell) (4) 32GB DDR4 LRDIMM-2400 (2) 128GB Disk on Module (DOM) (1) Mellanox MCX354A-FCCT ConnectX-3 Pro VPI Adapter Card Dual-Port QSFP FDR IB (56Gb/S) and 40/56GbE (1) HD RES Manager (2) 1100W 48V DC Power Supply (includes 4-wire DC Cable, 1m) HD 2U Front I/O Chassis: (1) HD 40/56Gbit 6012 Ethernet/Infiniband Switch with L2 L3 Gateway Software (2) HD Comput Module Front I/O. Each Module Configured with: - Supermicro X100RT-LIBF Motherboard includes 1x external QSFP Infiniband connector (2) Embedded E5-2648LV4, 14 Cores (Hyperthread), 1.8Ghz, 35MB Cache, 75Watts (Broadwell) (4) 32GB DDR4 LRDIMM-2400 (2) 128GB Disk on Module (DOM) (1) Mellanox MCX354A-FCCT ConnectX-3 Pro VPI Adapter Card Dual-Port QSFP FDR IB (56Gb/S) and 40/56GbE (1) 2U+2U Chassis Integration (2) 1100W 48V DC Power Supply (includes 4-wire DC Cable, 1m) Warranty Length Requested: 12 months: Manufacturer: Themis: OPN; FSC CODE 7050 NOTE: (1) If the Vendor is an entity other than the OEM (Themis), the vendor asserts and certifies that they are an Authorized Themis Reseller or Distributor. (2) Vendor asserts and certifies that items provided in conjunction with this procurement are certified as new, and sourced from the OEM (if the vendor is not the OEM). Vendor also warrants that the items are Trade Agreement Act (TAA) compliant. (3) Vendor asserts that parts provided under this procurement convey to the government, with all manufacturers warranties, both specified and implied, along with all rights and privileges. (4)**PLEASE NOTE: These items must be built and delivered to exactly the specified configuration: counterfeit items not acceptable, refurbished items not acceptable, recertified items not acceptable., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - HQ intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - HQ 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 Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (APR 2015) (a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories,rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO)and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. System for Award Management F.O.B. Destination Transportation of Supplies by Sea Subcontracts for Commercial Items Levies on Contract Payments WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Electronic Submission of Payment Requests and Receiving Reports Export-Controlled Items Restriction on Acquisition of Specialty Metals Qualifying Country Sources As Subcontractors Buy American And Balance Of Payments Program-- Basic (Dec 2016) Prohibition of Hexavalent Chromium ITEM UNIQUE IDENTIFICATION AND VALUATION Notice of Authorized Disclosure of Information for Litigation Support Safeguarding Covered Defense Information and Cyber Incident Reporting Alternative Line Item Structure Control Of Government Personnel Work Product Agency Office of the Inspector General Requirement to Inform Employees of Whistleblower Rights Requirements Relating to Compensation of Former DoD Officials Clauses Incorporated By Reference Clauses Incorporated By Reference Protest After Award Providing Accelerated Payments to Small Business Subcontractors Post-Award Small Business Program Rerepresentation Basic Safeguarding of Covered Contractor Information Systems Prohibition on Contracting with Inverted Domestic Corporations--Representation Commercial and Government Entity Code Maintenance Commercial and Government Entity Code Reporting Contract Terms and Conditions--Commercial Items System for Award Management Maintenance Security Requirements New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Vendor shall submit documentation of their respective partnership as an authorized reseller with the OEM. Seller shall provide this documentation as an attachment to their response to this solicitation. If no documentation is provided, the vendor will not be considered in the competitive range. Seller must Provide OEM Partnership or Authorized Re-seller documentation as required by the "Buy Terms" of this solicitation. Prohibition on Contracting with Inverted Domestic Corporations-Representation Buy American Certificate Service Of Protest Representation Relating To Former DoD Officials Compliance With Safeguarding Covered Defense Information by Litigation Support Offerors Limitations on the Use or Disclosure of Information by Litigations Support Offerors Representation of Extent Of Transportation Of Supplies By Sea AUG 1992
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418P5187/listing.html)
 
Place of Performance
Address: Virginia Beach, VA 23461
Zip Code: 23461
 
Record
SN04769837-W 20171220/171218231128-46c8e47c9010139597e7d3d3203ca27f (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.