The RFP Database
New business relationships start here

BRAND NAME REQUIREMENT - DELL - POWEREDGE RACK SERVERS


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 19-Q-6551. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334112 and the small business size standard is 1250 employees. This is a Brand Name Only requirement as approved in the attached Justification for Non- Competitive Procurement (JNCP). Quotes are being accepted from authorized resellers. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire Brand Name Only products manufactured by Dell. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities or from non-authorized resellers. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Brand Name Dell 2 Each PowerEdge R640 Rack Server (IAW Attachment 1) 0002 Brane Name Dell 2 Each     PowerEdge R430 Rack Server     (IAW Attachment 1) 0003 UID Tags IAW DFARS 4 Each 252.211-7003* *Do not include Line 0003 in your quote if the UID tag is already included in the price of Line Items 0001 and 0002. Unless the vendor quotes a separate line for UID tags, the Government will assume they are included in the unit price and the resulting order will be issued accordingly. SHIPPING The expected delivery date is 30 days ARO Free on Board (FOB) Destination pricing to the following shipping address: ATTN: Henry Ngo 4297 Pacific Highway Bldg OT7 San Diego, CA 92110 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the best value for the Government. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Technical Acceptability Documentation: a. Technical Specifications: The quote must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Counterfeit IT Certification: The following IT related statement applies to line items 0001 through 0003: In submitting a quote, the quoter/contractor certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror/contractor further certifies that it is authorized by the manufacturer to sell the product(s). By making a quote, the quoter acknowledges that a no cost cancellation or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products 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. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing and not separately listed. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract for the quote that is most advantageous for the Government. The vendors must be registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: Offerors shall provide a quote that identifies the Brand Name items, to include part numbers, along with the salient physical, functional, and performance characteristics that the product must meet as specified in Attachment 1. Additionally, offerors shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping and handling costs to the shipping address listed above in paragraph #3. Factor III Past Performance: The Government will review internal databases to evaluate the vendor's past performance. Evaluation may be limited to those vendors who are more likely to receive an award based on the other factors. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: 5 pages total. Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 17 July 2019, 12:00PM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6551. Include RFQ# N66001-19-Q-6551 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 22 July 2019, 11:00AM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6551. E-mail quotes and late quotes will generally not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Kristen Smith at kristen.n.smith@navy.mil. Reference RFQ# N66001-19-Q-6551 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Brand Name Specifications 2. Brand Name Justification APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20190628. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instructions to OfferorsCommercial Items (Class Deviation 2018-O00018) 52.212-3 Offeror Representations and CertificationsCommercial Items Alternate I 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-1 Solicitation Provisions Incorporated by Reference FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside (Class Deviation 2019-O0003) 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222- 50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act 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 The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-4 Contract Terms and ConditionsCommercial Items 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea

Point of Contact - KRISTEN N SMITH, Contract Specialist, 6195533292; Jose Neto, Contracting Officer, 6195530901

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP