The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111, with a Small Business Size Standard of 1,250 Employees. Product Service Code (PSC) is 7025.
The envisioned items anticipated to be procured from a contractor as a result of a potential future solicitation is identified below.
PART NUMBER DESCRIPTION QTY
c7000 Blade System w/ 9 x BL460c gen10 server blades
681844-B22 HPE BLc7000 TAA CTO Platinum Enclosure 1
875938-B21 HPE BL460c Gen10 CTO TAA Blade 9
875938-B21#0D1 Factory integrated 9
872011-L21 HPE BL460c Gen10 Xeon-S 4116 FIO Kit 9
872011-B21 HPE BL460c Gen10 Xeon-S 4116 Kit 9
872011-B21#0D1 Factory integrated 9
815100-B21 HPE 32GB 2Rx4 PC4-2666V-R Smart Kit 144
815100-B21#0D1 Factory integrated 144
875483-B21 HPE 240GB SATA MU SFF SC DS SSD 18
875483-B21#0D1 Factory integrated 18
P01363-B21 HPE 12W BL Smart Storage Battery 9
P01363-B21#0D1 Factory integrated 9
804367-B21 HPE Smart Array P204i-b SR Gen10 Ctrlr 9
804367-B21#0D1 Factory integrated 9
700763-B21 HPE FlexFabric 20Gb 2P 650FLB Adptr 9
700763-B21#0D1 Factory integrated 9
718203-B21 HPE LPe1605 16Gb FC HBA 9
718203-B21#0D1 Factory integrated 9
E5Y41A HPE OV 3yr 24x7 Encl FIO Phys 16 Svr Lic 1
H1SQ8A3 HPE 3Y In Country Remote Resource SVC 1
H1SQ8A3#WHL HPE ISS Band2 AMS Onshore SVC 10
H1SQ8A3#WHM HPE ISS Band3 AMS Onshore SVC 1
718203-B21 HPE LPe1605 16Gb FC HBA 4
J4V61AAE HPE B-ser Mid/High ISL Trunking E-LTU 2
H7J35A3 HPE 3Y Foundation Care 24x7 wDMR Service 1
H7J35A3#W4C HPE BL460c Gen10 Support 9
H7J35A3#7FX HPE c7000 Enclosure Support 1
HA114A1 HPE Installation and Startup Service 1
HA114A1#5FY HPE Startup BladeSystem c7000 Infra SVC 1
HF385A1 HPE Trng Credits ProLiant/HybridIT Svc 3
Cisco Module
X2-10GB-SR= 10GBASE-SR X2 Module 2
PointNext Support Credits for 3PAR Firmware Updates
H1SR4AS HPE TS Support Credits SVC 2
H0JD4A1 HPE 1Y TS Support Credits 10 Per Yr SVC 2
H0JD4A1#WFM HPE TS Support Credits 10 Per Yr SVC 2
Requested Information: The Navy requests the following information from parties interested in responding to this Sources Sought Notice:
a. Company Name, Address, CAGE Code, DUNS.
b. Response Point of Contact name, telephone number, email address, and website URL.
c. Tailored Information describing company capabilities, resources, experience, and product lines that demonstrate an ability to provide the items described above.
d. Business Size, Special Size Sub-Category, and Type of Ownership for the Company.
e. Rough Order of Magnitude (ROM) cost estimate to provide the items in the quantity described above
f. Feedback and questions regarding the feasibility or challenges for providing the items described above
g. Information regarding the commerciality of the items described above
Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government.
The Government will evaluate market information to ascertain potential market capacity to:
a. Provide supplies consistent in scope and scale with those described in this notice and
otherwise anticipate
b. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.
Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions:
Interested parties who consider themselves qualified to provide the above-listed items should respond to this Sources Sought Notice. Responses are required to be received no later than 5:00 PM Pacific Time on 28 April 2019. Responses should be provided in formats compatible with Microsoft Office 2010 for Windows or Adobe Portable Document Format (pdf). Receipt of responses will be acknowledged. Responses will not be returned. Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. All responses under this Sources Sought Notice shall be submitted to Rachel T. Smith at [email protected].
If you have any questions concerning this opportunity, please contact: Rachel T. Smith at [email protected].
The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government.
Proprietary and Limited Distribution: It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities.
There is no solicitation at the current time and NO FUNDING IS AVAILABLE for contractual efforts. This Sources Sought Notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking.