The RFP Database
New business relationships start here

HEWLETT-PACKARD - RACKMOUNT SERVERS


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

 

Document Type:              Combined Synopsis/Solicitation


Solicitation Number:      N63394-19-T-0133


NAICS:                                  541519


FSC/PSC:                              7025


Contracting Office Address:       


Naval Surface Warfare Center


Port Hueneme Division


4363 Missile Way


Port Hueneme, CA 93043-4307


 


Description:


This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued.


 


This solicitation, N63394-19-T-0133, is a Request for Quotations (RFQ).  The solicitation document and in incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 effective 10 September 2019.


 


The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a Small Business Size Standard of $30 million.  The Product/Service Code is 7025.


 


Material Description:


The NSWC PHD is soliciting the following Brand Name (Hewlett-Packard) Supplies.  The HP rackmount servers are consumable items to an existing IT infrastructure. 


 


LINE ITEM 0001 Rackmount Server


 





Line #



P/N



Description



Qty





1



875782-B21



HPE DL380 GEN10 TAA 8SFF CTO SVR



6





2



875782-B21  ABA



U.S. - ENGLISH LOCALIZATION



6





3



826850-L21



HPE DL380 GEN10 4114 XEON-S FIO KIT



6





4



826850-B21



HPE DL380 GEN10 4114 XEON-S KIT



6





5



826850-B21  0D1



FACTORY INTEGRATED



6





6



815100-B21



HPE 32GB 2RX4 PC4-2666V-R SMART KIT



48





7



815100-B21  0D1



FACTORY INTEGRATED



48





8



P05976-B21



HPE 480GB SATA MU SFF SC DS SSD



12





9



P05976-B21  0D1



FACTORY INTEGRATED



12





10



P9D94A



HPE SN1100Q 16GB 2P FC HBA



6





11



P9D94A      0D1



FACTORY INTEGRATED



6





12



P01366-B21



HPE 96W SMART STORAGE BATTERY 145MM CBL



6





13



P01366-B21  0D1



FACTORY INTEGRATED



6





14



804331-B21



HPE SMART ARRAY P408I-A SR GEN10 CTRLR



6





15



804331-B21  0D1



FACTORY INTEGRATED



6





16



339778-B21



HPE RAID 1 DRIVE 1 FIO SETTING



6





17



865408-B21



HPE 500W FS PLAT HT PLG LH PWR SPLY KIT



12





18



865408-B21  0D1



FACTORY INTEGRATED



12





19



BD505A



HPE ILO ADV 1-SVR LIC 3YR SUPPORT



6





20



BD505A      0D1



FACTORY INTEGRATED



6





21



P8B31A



HPE OV W/O ILO 3YR 24X7 FIO PHYS 1 LTU



6





22



733664-B21



HPE 2U CMA FOR EASY INSTALL RAIL KIT



6





23



733664-B21  0D1



FACTORY INTEGRATED



6





24



864279-B21



HPE TPM 2.0 GEN10 KIT



6





25



864279-B21  0D1



FACTORY INTEGRATED



6





26



867809-B21



HPE GEN10 2U BEZEL KIT



6





27



867809-B21  0D1



FACTORY INTEGRATED



6





28



875519-B21



HPE BEZEL LOCK KIT



6





29



875519-B21  0D1



FACTORY INTEGRATED



6





30



733660-B21



HPE 2U SFF EASY INSTALL RAIL KIT



6





31



733660-B21  0D1



FACTORY INTEGRATED



6





32



H1K91A3



HPE 3Y PROACTIVE CARE NBD WDMR SERVICE



1





33



H1K91A3     R2M



HPE ILO ADVANCED NON BLADE - 3YR SUPPORT



6





34



H1K91A3     WAH



HPE DL38X GEN10 SUPPORT



6





35



H1K91A3     SVP



HPE ONE VIEW W/O ILO SUPPORT



6





36



HA114A1



HPE INSTALLATION AND STARTUP SERVICE



1





37



HA114A1     5A6



HPE STARTUP 300 SERIES OS SVC



6





38



HF385A1



HPE TRNG CREDITS SERVERS/HYBRIDIT SVC



2





39



H1SQ8A3



HPE 3Y IN COUNTRY REMOTE RESOURCE SVC



1





40



H1SQ8A3     WHK



HPE ISS BAND1 AMS ONSHORE SVC



12





41



H1SQ8A3     WHM



HPE ISS BAND3 AMS ONSHORE SVC



6






 


The Contractor shall provide start-up services in accordance with Hewlett-Packard (HP) installation and Startup Service part number HA114A1, including connecting, configuring, and migrating of data from old SAN to the new SAN.


 


The required Delivery Date is provided below.


-All hardware, software and factory express/integration services work completion date is 30 days after receipt of order.


-Installation and startup services work completion date is 60 days after receipt of order


-Warranty Support services period for three consecutive years after receipt of order.


 


Defense Priorities and Allocations System:


 


This is not a rated order under the Defense Priorities and Allocations System.


 


Place of Delivery:


 


Naval Surface Warfare Center (NSWC)


Port Hueneme Division (PHD)


4363 Missile Way, Building 435


Port Hueneme, CA 93043-4307


 


Inspection and Acceptance is to be at Destination.


 


Instructions for Industry:


 


Vendors must complete annual representations and certifications online at http://www.sam.gov/portal in accordance with FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items."  If paragraph (j) of the provision is applicable, a written submission is required. Vendor must also be currently registered in the System for Award Management (SAM).


 


Submission shall be received not later than 12:00 PM on 19 September 2019 to Mary Jones at mary.jones@navy.mil. ; Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial Items."


 


Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below:


 


Mary Jones at mary.jones@navy.mil


 


Questions shall be submitted via e-mail no later than 12:00 PM on the 19 September 2019 calendar day preceding the closing date shown on page (1) of the solicitation.


 


Quotations shall contain the following information:


 

•(1)    Vendor Administrative Information:

•a.       Cage Code:

•b.       Dun and Bradstreet Number:

•c.       Tax Identification Number:

•d.       Special Small Business Sub-Category (if applicable):

•e.       Pricing:  If the items quoted are available on a commercial, published or on-line price listing, attach the listing to the RFQ response.  If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established.

 

•(2)    Price Breakdown.  The quote shall include:  Item Description, Unit Cost, Quantity, and Subtotal.  The Quote shall reflect an all-inclusive price (i.e., includes delivery cost).


 

•(3)    Statement that the quotes are good for 60 calendar days.


Evaluation:


Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (i.e. Lowest Priced, Technically Acceptable (LPTA)).  The Government will evaluate information based on the following criteria:

•(1)    Price.  Total price will be evaluated.


 

•(2)    Technical Capability.  The Vendor's technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation.  Technical capability will receive an "acceptable" or "not acceptable" rating.


 

•(3)    Past Performance.  Past performance will be evaluated in accordance with DFARS 252.213-7000.  In the case of a supplier without a record of relevant past performance history in the Supplier Performance Risk System (SPRS) for the Federal Supply Class (FSC) or Product or Service Code (PSC) of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.


Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 231.106-2 and 252.213-7000.


Adjectival Rating Description


Acceptable:  Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.


Unacceptable: Based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.


APPLICABLE CLAUSES:


FAR 52.204-2 Security Requirements


FAR 52.204-13 System for Award Management Maintenance


FAR 52.204-18 Commercial and Government Entity Code Maintenance


FAR 52.204-19 Incorporation by Reference of Representations and Certifications


FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab


FAR 52.212-4 Contract Terms and Conditions - Commercial Items


FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations


FAR 52.219-6 Notice of Total Small Business Set-Aside


FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving


FAR 52.225-13 Restrictions on Certain Foreign Purchases


FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management


FAR 52.233-3 Protest After Award


FAR 52.233-4 Applicable Law for Breach of Contract Claim


FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items)


FAR 52.232-39 Unenforceability of Unauthorized Obligations


FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors


FAR 52.233-1 Disputes


FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act


FAR 52.243-1 Changes - Fixed Price


FAR 52.244-6 Subcontracts for Commercial Items


FAR 52.247-34 F.O.B. Destination


HQ G-2-0009 Supplemental Instructions Regarding Electronic Invoicing (NAVSEA)


DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials


DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights


DFARS 252.204-7003 Control of Government Personnel Work Product


DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls


DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information


DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting


DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support


DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors


DFARS 252.223-7008 Prohibition of Hexavalent Chromium


DFARS 252.225-7048 Export-Controlled Items


DFARS 252.231-7000 Supplemental Cost Principles


DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports


DFARS 252.232-7010 Levies on Contract Payments


DFARS 252.243-7001 Pricing of Contract Modifications


DFARS 252.244-7000 Subcontracts for Commercial Items


DFARS 252.247-7023 Transportation of Supplies by Sea


FULL TEXT:


FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

(xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).

(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.


Mary L. Jones, Contract Admin Specialist, Phone 805-228-6128, Fax 805-228-6299, Email mary.jones@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP