This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial
Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes only the solicitation. This is a Total Small
Business Set
Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be
accepted by the Government. Any quote that is submitted by a contractor that is
not a
Small Business will not be considered for award.
Competitive quotes are being requested under N66001-16-T-6747. This requirement
is
set-aside for small businesses, NAICS code is 334111 and the size standard is
1,250
employees.
Basis of award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable.
"QUOTE BRAND NAME - DO NOT SUBSTITUTE"
Item 0001
Dell PowerEdge R730 Server (210-ACXU):
MINIMUM HARDWARE SPECIFICATIONS:
PowerEdge R730/R730xd Motherboard (591-BBCH)
Dell Hardware Limited Warranty Plus On Site Service (976-8706)
Basic Hardware Services: Business Hours (5X10) Next Business
Day On Site Hardware Warranty Repair 3 Year (976-8778)
Dell ProSupport Service Offering Declined (991-2878)
Declined recommended ProSupport service - Call your Dell
Sales Rep if Upgrade Needed (996-8029)
US Order (332-1286)
Keep Your Hard Drive, 3 Year (983-6402)
PowerEdge R730 Shipping (340-AKKB)
R730/xd PCIe Riser 2, Center (330-BBCO)
R730 PCIe Riser 3, Left (330-BBCQ)
R730 PCIe Riser 1 Filler Blank, Right (374-BBHS)
Broadcom 5719 QP 1Gb Network Interface Card (540-BBCW)
Broadcom 5720 QP 1Gb Network Daughter Card (540-BBBW)
iDRAC8 Express, integrated Dell Remote Access Controller,
Express (385-BBHN)
Chassis with up to 16, 2.5" Hard Drives (350-BBEP)
No Bezel (350-BBBW)
Power Saving Dell Active Power Controller (750-AABF)
No RAID for H330/H730/H730P (1-16 HDDs or SSDs)
(780-BBJS)
PERC H330 Integrated RAID Controller (405-AAEF)
Intel Xeon E5-2697 v3 2.6GHz,35M Cache,9.60GT/s
QPI,Turbo,HT,14C/28T (145W) Max Mem 2133MHz (338-BFFN)
Upgrade to Two Intel Xeon E5-2697 v3 2.6GHz,35M
Cache,9.60GT/s QPI,Turbo,HT,14C/28T (145W) (374-BBGU)
Qty. (24) 16GB RDIMM, 2133 MT/s, Dual Rank, x4 Data Width
(370-ABUG)
2133MT/s RDIMMs (370-ABUF)
Performance Optimized (370-AAIP)
Qty. (16) 1.2TB 10K RPM SAS 12Gbps 2.5in Hot-plug Hard
Drive (400-AJON)
Electronic System Documentation and OpenManage DVD Kit,
PowerEdge R730/xd (631-AAJG)
On-Site Installation Declined (900-9997)
Declined Remote Consulting Service (973-2426)
DVD ROM, SATA, INTERNAL (429-AAPU)
ReadyRails Sliding Rails With Cable Management Arm
(770-BBBR)
Dual, Hot-plug, Redundant Power Supply (1+1), 1100W
(450-ADWM)
Qty. (2) NEMA 5-15P to C13 Wall Plug, 125 Volt, 15 AMP, 10
Feet (3m), Power Cord, North America (450-AALV)
Internal Dual SD Module (330-BBCL)
Redundant SD Cards Enabled (385-BBCF)
8GB SD Card For IDSDM (385-BBIF)
8GB SD Card For IDSDM (385-BBIF)
No Operating System (619-ABVR)
No Media Required (421-5736)
DIMM Blanks for System with 2 Processors (370-ABWE)
Standard Heatsink for PowerEdge R730/R730xd (374-BBHM)
Standard Heatsink for PowerEdge R730/R730xd (374-BBHM)
Qty: 1 Each
Item 0002
Veeam Backup & Replicator Enterprise for VMWare
P/N: P-VBRENT-VS-P0000-00
Qty: 2 Each
Item 0003
LinkSys 16 Port Gigabit Ethernet Switch 10/100/1000 Base-T 2 layer supported
P/N: LGS116
Qty: 1 Each
To be considered for award, the offeror certifies that the product(s) being
offered is an
original, new and Trade Agreements Act (TAA) compliant product, and that the
subject
products are eligible for all manufacturer warranties and other ancillary
services or
options provided by the manufacturer. Offeror further certifies that it is
authorized by the
manufacturer to sell the products that are the subject of this action in the US
(i.e., that
the products are TAA compliant and that the offeror is authorized to sell them
in the US).
Offerors are required to submit documentation with the offer identifying its
supply chain
for the product, and certifying that all products are new, TAA compliant, and
in their
original packaging. By making an offer, offeror also consents to no cost
cancellation of
the non-compliant awarded items if, upon inspection after delivery, any
products
provided are not recognized or acknowledged by the manufacturer as new and
original
products that are eligible for warranties and all other ancillary services or
options
provided by the manufacturer or that offeror was not authorized by the
manufacturer to
sell the product in the US, or that the product is in some manner not TAA
compliant. "
Note: "Vendor must provide at time of submission of quote their authorized
Dell
distributor information (POC, phone number) and/or any documentation supporting
that
the items are actually coming from that distributor, i.e. certification, letter
or copy of
invoice. Failure to provide such proof will be treated as non-responsive and
your quote(s)
will not be considered for award."
Note : IUID labels are required on all equipment with a unit cost of $5000 or
more per
DFARS 252-211-7003, Item Unique Identification & valuation. If there is a cost
for the
IUID label, please list it as a separate line item
Vendors: Make sure to reference the following information in the quote:
a. Dun & Bradstreet number
b. Cage Code
c. Business Size
d. RFQ Number N66001-16-T-6747
e. Requested Delivery date: 30 days after receipt of order (ARO)
f. Preferred method of shipment: FOB Destination.
Ship to Address:
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the
responsibility of the contractor to be familiar with the applicable clauses and
provisions.
The following clauses shown below can be accessed in full text at
www.farsite.hill.af.mil/:
52.204-2, Security Requirements
52.204-6, Data Universal Numbering System (DUNS)
52.209-6, Protecting the Government's Interest When Subcontracting with
Contractors
Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
52.212-3, Offeror Representations and Certifications - Commercial Items
52.212-4, Contract Terms and Conditions - Commercial Items
52.212-5-Contract Terms and Conditions Required to Implement Statutes or
Executive
Orders Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive
OrdersCommercial Items (Deviation 2013-O0019) (July 2014)
52.219-6, Notice of Total Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child LaborCooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29
U.S.C. 793).
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g))
52.223-15, Energy Efficiency In Energy-Consuming Products
52.223-16, Acquisition of EPEAT-Registered Personal Computer Products
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds TransferSystem for Award Management
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.239-1, Privacy or Security Safeguards
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7000, Disclosure of Information
252.204-7004 Alternate A, System for Award Management
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7998, Representation Regarding Conviction of a Felony Criminal
Violation under
any Federal or State Law.
252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax
Liability or a Felony Conviction under any Federal Law
252.212-7000, Offeror Representations and Certifications--Commercial Items
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.203-7998 - Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality Agreements? Representation. (DEVIATION 2015-O0010)
PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS? REPRESENTATION (DEVIATION 2015-O0010)
(FEB 2015)
(a) In accordance with section 743 of Division E, Title VIII, of the
Consolidated and
Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235),
Government
agencies are not permitted to use funds appropriated (or otherwise made
available)
under that or any other Act for contracts with an entity that requires
employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal
confidentiality agreements or statements prohibiting or otherwise restricting
such
employees or contactors from lawfully reporting such waste, fraud, or abuse to
a
designated investigative or law enforcement representative of a Federal
department or
agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements
applicable to Standard Form 312, Form 4414, or any other form issued by a
Federal
department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that
it does not
require employees or subcontractors of such entity seeking to report fraud,
waste, or
abuse to sign or comply with internal confidentiality agreements or statements
prohibiting or otherwise restricting such employees or contactors from lawfully
reporting
such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such
information.
(End of provision)
This RFQ closes Jun 29, 2016 at 09:00 am, Pacific Standard Time (PST). Quotes
must be uploaded on the SPAWAR e-commerce website at https://e-
commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified
Acquisitions/N66001-16-T-6747.
The point of contact for this solicitation is Fred Espiritu at
[email protected]. Please include RFQ N66001-16-T-6747 on all
inquiries.
All responding vendors must have a completed registration in the System for
Award Management (SAM) program prior to award of contract. Information to
register in SAM can be found at: https://www.sam.gov/portal/public/SAM/.
Complete SAM registration means a registered DUNS and CAGE Code
numbers.
Bid Protests Not Available