The RFP Database
New business relationships start here

Rackmount Servers


Rhode Island, 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 and 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).

The solicitation number is N6660419Q1967 and the solicitation is issued as a Request for Quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular.

This requirement is a total set aside to small businesses as concurred with by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 334111 and the small business size standard is 1,250 employees.

NUWCDIVNPT intends to purchase the following items on a firm-fixed price (FFP) basis:

CLIN 0001 Rackmount Servers In Accordance With Minimum Specifications; 3 each

CLIN 0002 Shipping, if applicable

Offerors shall quote all items in accordance with the Government Minimum Specifications listed in Attachment #1. All offers shall be accompanied by complete technical specifications demonstrating the quoted products meet all of the Government's minimum requirements.

F.O.B. Destination Naval Station Newport; Newport, RI, 02841-1708. The required delivery date is by 9/1/2019 or sooner. Offers must include delivery date.  Offers must include shipping costs in quotes, if applicable.

The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The provision at FAR 52.212-2, Evaluation - 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

The following additional terms and conditions apply:


Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the items procured under this solicitation (See Section C Clause C-239-W001 in the solicitation).

In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more.

Payment will be via Wide Area Workflow.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Instructions for registration are available at the website.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

Defense Priorities and Allocations System (DPAS) rating is DO-C9.

The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer is the lowest price technically acceptable (LPTA).  In order to be determined technically acceptable, offers must meet the Minimum Specifications. 

Quotes must be received on or before 31 May 2019 at 4:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be e-mailed to Carrie Rochelle at carrie.rochelle@navy.mil


CARRIE R. ROCHELLE, CONTRACT SPECIALIST, Phone 4018326562, Email CARRIE.ROCHELLE@NAVY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP