The RFP Database
New business relationships start here

Mercury Systems Rugged Enterprise HD System


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 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/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) number is N66604-19-Q-2983.

The North American Industry Classification Systems (NAICS) code for this requirement is 334111. The Small Business Size Standard is 1250 employees. This action is being processed as unrestricted, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs.

NUWCDIVNPT intends to purchase the following, on a firm-fixed price basis:

CLIN 0001: Mercury Systems Rugged Enterprise HD System; Part Number: 518-200383-12954, Qty. 5/each


CLIN 0002: Mercury Systems HD Front I/O Chassis; Part Number 518-200348-12954, Qty. 5/each

 

CLIN 0003: Cable, Mellanox, ETH 40GbE TO 4 x 10GbE, QSFP to 4xSFP+, 3m, Mellanox MC2609130-003; Part Number 504-121734-L02, Qty. 16/each

 

CLIN 0004: INTEL SSD 960GB - D3-S4510 SSDSC2KB960G801 2.5(IN) 7(MM) SATA3 3400TBW; Part Number: 504-161002-01-LF, Qty. 4/each

 

F.O.B. Destination: Newport, RI 02841-1708.

The required delivery date is 30 August 2019, or sooner.

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.

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

DFARS Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support apply to this solicitation. DFARS Provision 252.225-7031, Secondary Arab Boycott of Israel, applies to this 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.

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

Additional terms and conditions:


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

 

Section 508: This procurement includes Electronic and Information Technology (EIT), but an exception applies. Therefore, Section 508 is exempt from this requirement.

 

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

 

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items that meet the minimum specifications, in the required quantities; (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.


Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.

 

Quotes must be received on or before 24 July 2019 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Beata Jones at beata.jones@navy.mil.


Beata Jones, Contract Negotiator, Phone 4018325653, Email beata.jones@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP