This RFQ closes on August 15, 2016 at 10:00 AM, Pacific Daylight Time (PDT)
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-
6420
All questions 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-
6420
PLEASE NOTE:
1. Quotes and questions emailed directly to my email inbox will NOT be
considered.
2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk
at
858-537-0644 or email at
[email protected] prior to the closing date.
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 the only solicitation. Competitive quotes are
being
requested under N66001-16-T-6420.
This requirement is set-aside for small business, NAICS code is 334111 and
business size
standard is 1250 employees
Quote Brand NameDo Not Substitute
The statement below applies to all CLINS
To be considered for award, the offeror certifies that the product 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
U.S. (i.e., that
the products are TAA compliant and that the offeror is authorized to sell them
in the
U.S.). 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 U.S., or that the product is in some manner not TAA
compliant."
ITEM 1: 1 each 422-NX-3460-G4-10100 NUTANIX SCALE-OUT CONVERGED
COMPUTE/STORAGE PLATFORM (NX-3060-G4):
8 X INTEL XEON PROCESSOR 2.60GHZ 10-CORE HASWELL E5-2660 V3 25M CACHE
32 X 16GB DDR4 MEMORY MODULE
16 X 2TB 2.5" HDD
8 X 480GB 2.5" SSD
4 X 10GBE DUAL SFP+ NETWORK ADAPTER
ITEM 2: 422-S-PLAT-3460-G4-1YR 1YR PLAT SYSTEM SUPPORT FOR NUTANIX NX-3460-
G4 POP: 1 YEAR FROM DATE OF AWARD
ITEM 3: 422-S-NRDK-HDD-2TB-1YR SUPPORT FOR NON-RETURNED 2TB HDD
REPLACEMENT, 1 YR (PER DRIVE) POP: 1 YEAR FROM DATE OF AWARD
ITEM 4: 422-S-NRDK-SSD-480GB-1YR SUPPORT FOR NON-RETURNED 480GB SSD
REPLACEMENT, 1 YR (PER DRIVE) POP: 1 YEAR FROM DATE OF AWARD
ITEM 5: 4 each - 422-LIC-PRO-3060-G4 LICENSE, PRO ENTITLEMENT FOR NX-3060-G4;
VALID FOR LIFE OF DEVICE
ITEM 6: Freight/shipping - If shipping charges apply it must be shown as a
separate line
item on your quote. If applicable the ship to address is 4297 Pacific Highway,
Bldg. 0T7
San Diego CA 92110
ITEM 7: UID Label - UID CLAUSE DFARS 252.211-7003 APPLIES TO a line item with a
unit
cost of $5,000.00 or more, which will be a tangible delivered item. If there
will be a cost
for the label it must be shown as a separate line item on your quote.
Basis for award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular 2005-89 (07/14/2016) and Defense Federal Acquisition
Regulation
Supplement (DFARS), June 30, 2016. It is the responsibility of the contractor
to be
familiar with the applicable clauses and provisions. The clauses can be
accessed in full
text at www.farsite.hill.af.mil.
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract
Terms and Conditions Commercial Items, incorporated by reference, applies to
this
acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications --
Commercial Items and DFARS 252.212-7000 Offeror Representations and
Certifications--
Commercial Items applies to this acquisition in e-Commerce. DFARS 252.204-7000-
Disclosure of Information; 252,204-7012-Safeguarding of Unclassified Controlled
Technical Information; 252.203-7998-Prohibition on Contracting with Entities
that
Require Certain Internal Confidentiality AgreementsRepresentation;
252.203-7999-
Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality
AgreementsRepresentation; 252.211-7003-Item Identification & Valuation
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.204-2
Security
Requirements, 52.204-16 Commercial and Government Entity Code Reporting;
52.209-11
Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction
under any Federal Law; 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child
Labor
Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition
of
Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246),
52.225-
13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and
statutes
administered by the Office of Foreign Assets Control of the Department of the
Treasury),
52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation; 52.232-33, Payment by Electronic
Funds
TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5
Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial
Items (Deviation) also applies to this acquisition, FAR Clause 52.204-99 Orders
and
Solicitations, FAR 52.222-36, Affirmative Action for Workers with Disabilities,
252.209-
7998, Representation Regarding Conviction of a Felony Criminal Violation under
any
Federal or State Law. Electronic and Information Technology (EIT) accessibility
Standards
developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the
FAR
(Part 39.2). The Technical Standards and their reference numbers are as
follows:
1194.21 Software applications and operating systems.
1194.22 Web-based intranet and internet information and applications.
1194.23 Telecommunications products. 1194.24 Video and multimedia products.
1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers.
The point of contact for this solicitation is Dorothy Powell at
[email protected].
Please include RFQ N66001-16-T-6420 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