AMENDMENT 00004 EFFECTIVE DATE 12/21/2015 The purpose of this amendment is address below issues;
1. a. Please confirm number and size of DIMM's to be configured.
ANS: Qty. (24) 16GB RDIMM, 2133 MT/s, Dual Rank, x4 Data Width(370-
ABUG)
b. Please provide number and size and speed of hard drives to be
configured.
ANS: Qty. (16) 1.2TB 10K RPM SAS 6Gbps 2.5in Hot-plug HardDrive,13G
(400-AEFO)
c. Is an Operating System required?
ANS: VMware ESXi 5.5 U2 Embedded Image on Flash Media(600-BBQB)
Internal Dual SD Module (330-BBCL) 8GB SD Card For IDSDM (385-BBIF)
d. Do you require rail kit or bezel?
ANS: ReadyRails Sliding Rails With Cable Management Arm(770-BBBR)
e. Do you require an optical drive?
ANS: DVD ROM, SATA, INTERNAL (429-AAPU)
f. Do you require a GPU?
ANS: No.
2. RFQ end date IS EXTENDED to 12/23/2015, 07:00 AM PST.
3. All other terms and conditions remain the same.
*************************************************************
AMENDMENT 00003 EFFECTIVE DATE 12/17/2015
The purpose of this amendment is;
1. To correct the Items 0006 to 0010 manufacturer to Panasonic from Dell.
2. RFQ end date remains the same.
3. All other terms and conditions remain the same.
*************************************************************
AMENDMENT 00002 EFFECTIVE DATE 12/17/2015
The purpose of this amendment is;
1. To incorporate Item 0001 specifications;
DELL R730 (2)E5-2697V3 2.6GHZ 384GB 210-ACXU CTO SPWRGS Quantity 4
PowerEdge R730 Server (210-ACXU)
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)
On-Site Installation Declined (900-9997)
Deployment Consulting 1 YR 1 Case Remote Consulting Service (996-3179)
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)
Bezel (350-BBEJ)
Power Saving Dell Active Power Controller (750-AABF)
No RAID for H330/H730/H730P (1-16 HDDs or SSDs) (780-BBJS)
2. RFQ end date remains the same.
3. All other terms and conditions remain the same.
*************************************************************
AMENDMENT 00001 EFFECTIVE DATE 12/17/2015
The purpose of this amendment is;
1. To incorporate Item 0001 specifications;
DELL PE R630 (2) E5-2640V3 2.6G 24G 210-ACXS CTO1 SPWRGS PowerEdge
R630 Server (210-ACXS)
PowerEdge R630 Motherboard (329-BCIY)
Thank you for choosing Dell ProSupport Plus. For tech support, visit
http://www.dell.com/contactdell (951-2015)
Dell Hardware Limited Warranty Plus On Site Service (976-7728)
ProSupport Plus: 7x24 Next Business Day Onsite Service, 3 Year (976-7761)
ProSupport Plus: 7x24 HW/SW Tech Support and Assistance,3 Year (976-7768)
On-Site Installation Declined (900-9997)
US Order (332-1286)
Keep Your Hard Drive, 3 Year (983-6402)
PowerEdge R630 Shipping- 8 Drive Chassis (340-AKPS)
Broadcom 5720 QP 1Gb Network Daughter Card (540-BBBW)
iDRAC8 Express, integrated Dell Remote Access Controller, Express (385-BBHN)
Chassis with up to 8, 2.5" Hard Drives, 3 PCIe Slots (321-BBKL)
Bezel up to 8 Drive Chassis (325-BBII)
Performance BIOS Settings (384-BBBL)
RAID 1 for H330/H730/H730P (2 HDDs or SSDs) (780-BBJK)
PERC H330 Integrated RAID Controller (405-AAEF)
Intel Xeon E5-2640 v3 2.6GHz,20M Cache,8.00GT/s
QPI,Turbo,HT,8C/16T (90W) Max Mem 1866MHz (338-BFFO)
Upgrade to Two Intel Xeon E5-2640 v3 2.6GHz,20M Cache,8.00GT/s
QPI,Turbo,HT,8C/16T (90W) (374-BBGV)
4GB RDIMM, 2133MT/s, Single Rank, x8 Data Width (370-ABUI), Qty. (6)
2. RFQ end date remains the same.
3. All other terms and conditions remain the same.
**********************************************************
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-6223. This
requirement is set-aside for small businesses, NAICS code is 334111 and the
size standard is 1,000 employees.
QUOTE "BRAND NAME - DO NOT SUBSTITUTE" SEE ATTACHED SPREADSHEET
FOR PURCHASE DESCRIPTIONS. THE DESCRIPTION IS UPLOADED ON THE
SPAWAR e-COMMERCE WEBSITE. SUBMIT QUOTE IN LINE ITEM SEQUENCE.
QUOTES WILL BE EVALUATED ON AN "ALL OR NONE" BASIS.
PLEASE NOTE: DFARS 252.211-7003, Unique Identification & Valuation applies
to any tangible item which unit cost is $5,000.00 or more. Please quote the
cost for UID labels and registration as a separate CLIN on the quote if the
labels are not included at no COST. If cost is included, please state that the
cost is included at NO COST to the government in all items that cost $5,000.00
or mote.
Basis for award:
1. The Government anticipates awarding a firm-fixed price purchase order and
it will be based on the lowest priced, technically acceptable quote.
2. For Cisco items Vendor must provide at time of submission of quote, their
Cisco authorized distributor information (POC), phone number and e-mail
address) and/or any documentation supporting that the items/service are
actually coming from that manufacturer, 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. The vendor's authorized
distributor status will be verified by the Government prior to award.
"The statement below applies to CLINs 0001-0010"
Item 0001. DELL R730 (2)E5-2697V3 2.6GHZ 384GB
MANUFACTURER: DELL THROUGH REGENCY MODEL: N/A
PART NUMBER: 210-ACXU CTO SPWRGS
QTY: 4 EA
Item 0002. 10FT CAT5E GRAY E-NET SNGLSS CBL
PART NUMBER: 10X6-02110
QTY: 50 EA
Item 0003. 15FT CAT5E GRAY E-NET SNGLSS CBL
PART NUMBER: 10X6-02115
QTY: 25 EA
Item 0004. 25FT CAT5E GRAY E-NET SNGLSS CBL
PART NUMBER: 10X6-02125
QTY: 20 EA
Item 0005. 50FT CAT5E GRAY E-NET SNGLSS CBL
PART NUMBER: 10X6-02150
QTY: 10 EA
Item 0006. KIT 500GB 7200 RPM FOR CF-31 MK3 - HARD DRIVES
MANUFACTURER: DELL
PART NUMBER: CF-K31HD5032
QTY: 20 EA
Item 0007. CF31 I5-5300U 2.3G 4G 500G 13.3TCH - LAPTOP
MANUFACTURER: DELL
PART NUMBER: CF-3110451CM
QTY: 10 EA
Item 0008. MULTI DRIVE FOR CF-31 MK3 - BATTERY
MANUFACTURER: DELL
PART NUMBER: CF-VZSU1431U
QTY: 10 EA
Item 0009. MULTI DRIVE FOR CF-31 MK3 - DVD DRIVE
MANUFACTURER: DELL
PART NUMBER: CF-VDM312U
QTY: 10 EA
Item 0010. NO FAULT WARRANTY
MANUFACTURER: DELL
PART NUMBER: CF-SVCLTNF3Y
QTY: 10 EA
RFQ closes 12/22/2015, 10:00 PST
"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."
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-6223
e. Preferred Delivery: F.O. B. Destination. If quoting FOB origin, shipping
estimate must be provided.
f. Indicate delivery lead time after receipt of order.
Ship to Address:
SPAWAR SYSTEMS CENTER PACIFIC
Receiving Officer
4297 PACIFIC HIGHWAY, BLDG OTC7
SAN DIEGO, CA 92110
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-84 (10/05/2015) and Defense Federal
Acquisition Regulation Supplement (DFARS), DPN 20151001(Effective 01 Oct
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. (Dec 2010) (31
U.S.C. 6101 note)
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
52.214-3, Amendments to Invitations for Bids
52.214-4, False Statements and Bids
52.214-5, Submission of Bids
52.214-6, Explanation to Prospective Bidders
52.214-7, Late Submissions, Modifications, and Withdrawals of Bids.
52.219-6, Notice of Total Small Business Set-Aside
52.222-3, Convict LaborE.O. 11755)
52.222-19, Child LaborCooperation with Authorities and Remedies (E.O.
13126)
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity(E.O. 11246)
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))
52.219-6, 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).
52.222.37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212)
52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)
52.223-15, Energy Efficiency in Energy-Consuming 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
This RFQ closes December 18, 2015 at 10:00 PST, 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-6223.
The point of contacts for this solicitation is Danilo Ibarra at
[email protected]. Please include RFQ N66001-16-T-6223 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/.
Bid Protests Not Available