The RFP Database
New business relationships start here

Symmetric Multiprocessors


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

 
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet.

This is a combined synopsis and solicitation for brand name commercial items prepared in accordance with the format in 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 synopsis and solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-17-Q-0084.  

The North American Industry Classification Systems (NAICS) code for this requirement is 334111; Small Business Size Standard is 1,250 employees.  This procurement is being processed as a 100% Small Business Set-Aside as concurred with by the NUWCDIVNPT Office for Small Business Programs. 

NUWC Division Newport intends to procure Brand Name Network Allies (Formerly Adtech Global Solutions) or Germane Systems AN/SQQ-89 Symmetric Multiprocessors (SMP), no substitutions allowed. Network Allies and Germane Systems brands are the only acceptable Symmetric Multiprocessors as they are the only authorized manufacturers for these items per the Naval Sea Systems Command Design Control Documents. See attached redacted Justification and Approval.

NOTE: In accordance with Naval Undersea Warfare Center (NUWC) design control documents, Network Allies and Germane Systems are the only authorized sources of supplies. Using any other commercially available source for the AN/SQQ-89 Symmetric Multiprocessors (SMP) is prohibited per NUWC design control documents. The design control documents will not be exhibited due to restricted distribution statements.


 


The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following items on a Firm-Fixed Price basis:


Contract Line Item Number 0001: Diskless 1U SMP (Part# S-AGS-


1U_X8-01A or GS1385i-AA01), Quantity 54 EACH


 


Contract Line Item Number 0002: Disked 1U SMP (Part# S-AGS-


1U_X8-01B or GS1385i-AA02), Quantity 21 EACH


 


Contract Line Item Number 0003: Diskless 2U SMP (Part# S-AGS-


2U_X8-01 or GS2850-AA01), Quantity 6 EACH


 


Contract Line Item Number 0003: Diskless 3U SMP (Part# S-AGS-


3U_X8-01 or GS3410-AA01), Quantity 7 EACH


 

F.O.B. Destination Naval Station Newport: Newport, RI. Required delivery is 45 days after date of award. Early delivery is acceptable. Offers must include shipping costs in quotes, if applicable.

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.

 

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. DFARS Clauses 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. DFARS Clause 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting applies to this solicitation DFARS Clause 252.204-7015 - Notice of Authorized Disclosure of Information by Litigation Support applies 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.

Payment will be via Wide Area Workflow.

The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 

 

In accordance with FAR 39.204(d), an exception to Section 508 Electronic Information and Technology accessibility standards applies.

 

The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable (LPTA). In order to be determined technically acceptable: (1) the offeror must quote the brand name items specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable.


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.


 

All timely offers will be considered. Offers must be submitted via email to jason.buck@navy.mil ; no later than 2:00 PM EST on 3 August 2017. Offers received after the close date are late and will not be considered for award. For information on this acquisition contact Jason Buck at jason.buck@navy.mil or 401-832-8390.


Jason Buck, Phone 4018328390, Email jason.buck@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP