Federal Bid

Last Updated on 05 Mar 2019 at 7 PM
Combined Synopsis/Solicitation
Patuxent river Maryland

Supermicro Server

Solicitation ID N00421-19-SIMACQ-54000MA-0058
Posted Date 05 Mar 2019 at 7 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Air Systems Command
Agency Department Of Defense
Location Patuxent river Maryland United states 20670
 

INTRODUCTION

The Naval Air Warfare Center- Aircraft Division (5.4.1) at Patuxent River, MD announces its intention to procure, on a brand name basis, Supermicro Hardware. This announcement is a Request for Quote (RFQ).  The parts listed below constitute the Supermicro Server Components.

Qty

 

Description

2

 

SD-1029GQ-TNRT

 

Qty

Description

 

1

Dual socket P (LGA 3647) supports Intel® Xeon® Scalable Processors, 3 UPI up to 10.4GT/s, Up to 1.5TB ECC 3DS LRDIMM, up to DDR4-2666MHz; 12 DIMM slots2 Hot-swap 2.5" SAS/SATA/NVMe drive bays, 2 Internal 2.5" drive bays 2x 10GBase-T LAN ports via Intel X550, 2000W Redundant Power Supplies

 

2

Intel Xeon Gold 6142 2.6Ghz 16Core 32Thread 22MB Cache 150W BOX Processor BX806736142

 

12

Crucial CT16G4RFD8266 16GB DDR4 2666 ECC REG DR x8 1.2v (MTA18ASF2G72PZ-2G6)

 

2

Intel P4510 Enterprise SSD SSDPE2KX010T801 1TB

 

1

Mid-Range Server - NO O/S

 

1

Three-year US Depot Warranty

 

2

NVIDIA Tesla P40, 3840 CUDA cores, 24GB GDDR5, PCie3.0x16 Dual Slot, Passive Thermal, 250W

 

1

Intel Ethernet Converged Network Adapter X710-DA2 Dual Port 10GbE 2x SFP+ Low-profile

ELIGIBILITY

This requirement is being synopsized as an unrestricted acquisition under the North American Industry Classification System (NAICS) code 541715, Size Standard of 1,000 employees, PSC code 7025.  All interested businesses are encouraged to respond.  Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside.

ANTICIPATED DELIVERY

The proposed delivery date is 29 April 2019.

ANTICIPATED CONTRACT TYPE

This is a firm-fixed price, therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability.

SUBMITTAL INFORMATION

Technical acceptability will be determined solely on the content and merit of the information submitted in response to this solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Government will award on a lowest price technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same requirement, etc. The Government is willing to accept quotes from authorized resellers of the required parts. Resellers must submit a certificate of authorization with their quote. Quotes are due to Shannon Summers, Contract Specialist, at [email protected] by 2:00 PM Eastern Local Time, 11 March, 2019.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Sep 2018 at 5 PM
Location Unknown 19 Jul 2016 at 2 PM
North carolina 04 Nov 2021 at 8 PM
Page West virginia 22 Aug 2024 at 4 AM
Dahlgren Virginia 19 Jul 2021 at 6 PM

Similar Opportunities

New york New york 13 Nov 2025 at 8 PM
New york New york 13 Nov 2025 at 8 PM