Federal Bid

Last Updated on 11 Jul 2019 at 3 AM
Combined Synopsis/Solicitation
Newport Rhode island

Nutanix Vitualization/Nutanix Block Systems

Solicitation ID N66604-15-Q-1321
Posted Date 12 Jun 2015 at 12 PM
Archive Date 10 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N66604-15-Q-1321 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82.
The solicitation is 100% set-aside for Small Business. The NAICS is 334118, size standard is 1,000 employees. The NUWCDIVNPT Office for Small Business Programs concurs with the set-aside determination.
The Naval Undersea Warfare Center Division Newport, RI (NUWCDIVNPT) has a requirement for Nutanix virtualization / Nutanix Block systems with integrated software components, installation, setup and training for two separate lab-based virtualization configurations, Virtual SONAR (vSONAR) and SONAR Development and Evaluation Center (SSDEC).
NUWC Division Newport intends to purchase the following products on a brand name basis, Nutanix Block systems with integrated software components and Artisa network switches under CLINs, 0001, 0002, and 0003. (Please see Attachment #1 for CLINs/SLINs)
F.O.B. Destination to the Naval Undersea Warfare Center, Newport, RI 02840. The required delivery date is 60 days after award of contract.
Only Nutanix Block brand systems and Artisa network switches are acceptable for this requirement as they are the only products that can integrate with the existing virtualization infrastructure. Deviating from the current plan would be cost prohibitive and require extensive re-design of the current infrastructure which would cause schedule delays associated with an alternative jeopardizing current tasking and negatively affecting the mission. No substitutions are allowed. All timely offers will be considered.
Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9 and C56 ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY, (a) Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed, 36 C.F.R. § 1194.21 - Software applications and operating systems, 36 C.F.R. § 1194.22 - Web-based and internet information and applications, 36 C.F.R. § 1194.25 - Self contained, closed products, 36 C.F.R. § 1194.26 - Desktop and portable computers, 36 C.F.R. § 1194.31 - Functional Performance Criteria, 36 C.F.R. § 1194.41 - Information, Documentation, and Support. (b) The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items for service to document compliance with the indicated Section 508 Standards.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites.
Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.
All timely offers will be considered. Offers must be submitted to Contracts Department via e-mail to [email protected]. Offers must be received no later than 2:00 P.M EST on Thursday, 25 June 2015. Offers received after the close date are late and will not be considered for award. For information on this acquisition contact Karen Sampson at 401-832-4343 or email [email protected].
Bid Protests Not Available

Similar Past Bids

Delaware 13 Dec 2023 at 5 AM
Fort huachuca Arizona 11 Aug 2016 at 5 PM
Location Unknown 25 Sep 2012 at 3 PM
Georgia 11 Jul 2022 at 11 AM
Force Pennsylvania 27 Aug 2015 at 5 PM

Similar Opportunities

Maryland 09 Jul 2025 at 4 AM
Maryland 09 Jul 2025 at 4 AM
San joaquin California 11 Jul 2025 at 4 AM
Columbus Ohio 12 Jul 2025 at 4 AM