Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6339419T0063
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0063 NAICS: 334118 FSC/PSC: 70 Contracting Office Address: NAVAL SURF...
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-19-T-0063 NAICS: 334118 FSC/PSC: 70 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 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, 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 is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, with a Small Business Size Standard of 1,000 The Naval Surface Warfare Center, Port Hueneme Division is seeking the following: PART NUMBER DESCRIPTION QTY F3J70B HP StoreVirtual 4335 Hybrid Storage 3 747769001 HP DL380e Gen8 12LFF CTO Server 1 JG243B HPE 5820X 24XG SFP+ TAA Switch 2 JD095C HPE X240 10G SFP+ SFP+ 0.65m DAC Cable 4 684218-B21 HP 10GB SFP Fiber Adapter 3 653200-B21 HP DL380p Gen8 8-SFF CTO Server 5 The following parts are unacceptable: refurbished products, re-certified products, used products, comparable products, products from non-authorized Resellers, and any products that will void the warranty of the new hardware. The items must be purchased only from Authorized Resellers who are authorized to sell these items. Only Authorized Resellers who are authorized to sell these items will be able to ensure that the fully assembled unit will maintain the product warranty. **REQUIRED DELIVERY DATE FOR ALL ITEMS: 60 DAYS AFTER CONTRACT AWARD DATE (ARO)** DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 05/03/2019. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Ruben Velasquez, at ruben.velasquez@navy.mil . It is the responsibility of the vendor to submit offers to the POC at NSWC PHD by the closing date of 5/3/2019 12:00 p.m. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country Items are Manufactured? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: 1) Price (Lowest Price Technically Acceptable) 2) 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 Past Performance Information Retrieval System?Statistical Reporting (PPIRS-SR) 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. Questions 1. I have attached hardware configuration information for the servers and the storage array. I hope that these will satisfy the salient characteristics requestions. 2. I spoke with the lead engineer on this project and he stated that refurbished older-model equipment is acceptable as long as it is not gray-market equipment. 3. We require the originally requested HP items even though they may be obsolete. In this case, non-gray-market, refurbished equipment would be acceptable.