Federal Bid

Last Updated on 26 Jan 2016 at 9 AM
Combined Synopsis/Solicitation
Crane Indiana

59--IBM Blade Servers

Solicitation ID N00024-15-R-5153
Posted Date 29 Jul 2015 at 6 PM
Archive Date 26 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Navsea Hq
Agency Department Of Defense
Location Crane Indiana United states 47522
AMENDMENT 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 N00024-15-R-5153 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 FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 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 2015-07-30 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Crane, IN 47522

The NAVSEA - HQ requires the following items, Exact Match Only, to the following:
LI 001: HS23E processor blade, P/N: 8038AC1, Manufacturer: IBM **PLEASE NOTE: For all Line Items and quantities, parts must be manufactured prior to October 1, 2014. This item must be built to exactly the following configuration: A2CW (HS23E Blade Base) A349 (ServeRAID C105 for IBM BladeCenter) 90Y5293 (Intel Xeon Processor E5-2450L 8C 1.8GHz 20MB Cache 1600MHz 70W) 90Y5293 (Addl Intel Xeon Processor E5-2450L 8C 1.8GHz 20MB Cache 1600MHz 70W) A3BT (48GB) (1x8GB, 1Rx4, 1.35V) PC3L-10600 CL9 ECC DDR3 1333MHz VLP RDIMM) 0098 (10GB Broadcom 2/4 Port Ethernet Expansion Card (CFFh)), 152, EA;
LI 002: HS23E processor blade, P/N: 8038AC1, Manufacturer: IBM **PLEASE NOTE: For all Line Items and quantities, parts must be manufactured prior to October 1, 2014. This item must be built to exactly the following configuration: A2CW (HS23E Blade Base) A1XJ (ServeRAID H1135 Controller for IBM Flex System and BladeCenter) A247 (IBM BladeCenter PCI Express Gen 2 Expansion Blade II) 90Y5293 (Intel Xeon Processor E5-2450L 8C 1.8GHz 20MB Cache 1600MHz 70W) 90Y5293 (Addl Intel Xeon Processor E5-2450L 8C 1.8GHz 20MB Cache 1600MHz 70W) A3BT (48GB) (1x8GB, 1Rx4, 1.35V) PC3L-10600 CL9 ECC DDR3 1333MHz VLP RDIMM) A4KM (two (2) each) (S3500 120GB SATA 2.5" MLC HS Enterprise Value SSD for IBM System x), 19, EA;
LI 003: HS23E processor blade, P/N: 8038AC1, Manufacturer: IBM **PLEASE NOTE: For all Line Items and quantities, parts must be manufactured prior to October 1, 2014. This item must be built to exactly the following configuration: A2CW (HS23E Blade Base) A1XJ (ServeRAID H1135 Controller for IBM Flex System and BladeCenter) 90Y5293 (Intel Xeon Processor E5-2450L 8C 1.8GHz 20MB Cache 1600MHz 70W) 90Y5293 (Addl Intel Xeon Processor E5-2450L 8C 1.8GHz 20MB Cache 1600MHz 70W) A3BT (48GB) (1x8GB, 1Rx4, 1.35V) PC3L-10600 CL9 ECC DDR3 1333MHz VLP RDIMM) A4KM (two (2) each) (S3500 120GB SATA 2.5" MLC HS Enterprise Value SSD for IBM System x) 0098 (10GB Broadcom 2/4 Port Ethernet Expansion Card (CFFh)), 19, EA;
LI 004: Blade Center Chassis HT AC type, P/N: 8750HC1, Manufacturer: IBM **PLEASE NOTE: For all Line Items and quantities, parts must be manufactured prior to October 1, 2014. This item must be built to exactly the following configuration: 1590 (two (2) each) (IBM BladeCenter 1/10Gb Uplink Ethernet Switch Module) 1604 (IBM BladeCenter KVM/Advanced Management Module) 1639 (two (2) each) (IBM BladeCenter Virtual Fabric 10Gb Switch Module) 1986 (AC Power Supply 1 & 2) 1983 (AC Power Supply 3 & 4) 2021 (Service Card) 2022 (IBM BladeCenter HT Advanced Management Module Interposer) 2023 (two (2) each) (Multiplexer Expansion Module) 2024 (Alarm Panel Module) 2035 (two (2) each) (BladeCenter HT Interposer for Gb Switch/Bridge Bays w/ ISL) 2047 (Accessory Kit for 8750 AC System) 2300 (BladeCenter Chassis Configuration) 2448 (BASE Hardware (AC Model), Enhanced) 2558 (System Packaging-WW) 3264 (Enhanced Backplane with Bracket) 3301 (BladeCenter 01) 4817 (IBM BladeCenter HT Media Tray) 4820 (two (2) each) (IBM BladeCenter HT Interposer for HS Switch Bay) 6527 (two (2) each) (AC Jumper Cord C19 Right Angle/C20) 8549 (System Documentation and Software-US English) 9206 (No Preload Specify) A3HC (IBM Fabric Manager for BladeCenter w/1 Yr S&S) 4815MYU (Red Hat Enterprise Linux 5 Media) 4815VBU (ten (10) each) (RHEL for HPC 2 Skts Compute Nodes 3Yr) 00AY240 (four (4) each) (IBM BNT SFP RJ45 Transceiver) 90Y9412 (five (5) each) (IBM BNT SFP+ LR Transceiver) 90Y9424 (eight (8) each) (IBM BNT SFP LX Transceiver), 19, 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 [email protected]. 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 [email protected] 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.

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.

Printed or Copied Double-Sided on Recycled Paper (May 2011)

System for Award Management

System for Award Management Maintenance

Prohibition on Contracting with Inverted Domestic Corporations--Representation

Instructions to Offerors -- Commercial Items

Offeror Representations and Certifications -- Commercial Items see Provisions attachment

Contract Terms and Conditions - Commercial Items

CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS see clause attachment

Unenforceability of Unauthorized Obligations

Providing Accelerated Payments to Small Business Subcontractors

Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from SEA 02514 Naval Sea Systems Command 1333 Isaac Hull Avenue, SE Washington Navy Yard, DC 20376 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

Protest After Award

Applicable Law for Breach of Contract Claim

F.O.B. Destination

Solicitation Provisions Incorporated by Reference

Clauses Incorporated by Reference

Requirements Relating to Compensation of Former DoD Officials

Requirement to Inform Employees of Whistleblower Rights

Control of Government Personnel Work Product

Oral Attestation of Security Responsibilities

Safeguarding of unclassified controlled technical information

Disclosure of Information to Litigation Support Contractors

Representation Regarding Combating Trafficking in Persons

Prohibition of Hexavalent Chromium

Buy American And Balance Of Payments Program

Qualifying Country Sources As Subcontractors

Export-Controlled Items

Electronic Submission of Payment Requests and Receiving Reports

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

LEVIES ON CONTRACT PAYMENTS

Subcontracts for Commercial Items

Transportation of Supplies by Sea

Notification Of Transportation Of Supplies By Sea

SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (a) 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.

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/.

REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) As prescribed in 204.1105, substitute the following paragraph (a) for paragraph (a) of the provision at FAR 52.204-7: (a) Definitions. As used in this provision? ?System for Award Management (SAM) database? means the primary Government repository for contractor information required for the conduct of business with the Government. ?Commercial and Government Entity (CAGE) code? means? (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an ?NCAGE code.? ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. ?Data Universal Numbering System +4 (DUNS+4) number? means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern. ?Registered in the System for Award Management (SAM) database? means that? (1) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; and (2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record ?Active.?

Provision of Information to Cooperative Agreement Holders(Dec 1991)

Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Mar 2014)

Requests for Equitable Adjustment (Dec 2012)

Information Regarding Responsibility Matters (Jul 2013) See Provisions attachment

Certification Regarding Responsibility Matters (Apr 2010) See Provisions attachment

Evaluation procedures at FAR Part 13 will be used for this solicitation.

Bid Protests Not Available

Similar Past Bids

Crane Indiana 16 Jul 2015 at 2 PM
Frederick Maryland 19 Jul 2010 at 5 PM
San diego California 20 Dec 2013 at 4 PM
San diego California 24 Jan 2014 at 12 AM
San diego California 12 Apr 2017 at 7 PM

Similar Opportunities

Gulfport Mississippi 16 Jul 2025 at 4 PM
Gulfport Mississippi 16 Jul 2025 at 4 PM
Buffalo New york 16 Jul 2025 at 5 PM
Buffalo New york 16 Jul 2025 at 5 PM