High Performance Computational Infrastructure Distributed Storage Cluster.
Amendment 0003 is issued to revise the CLIN structure as indicated below: CLIN 0001- Base- High Performance Computational Infrastructure (HPCI) Distributed Storage Cluster. New equipment, fully operat... Amendment 0003 is issued to revise the CLIN structure as indicated below: CLIN 0001- Base- High Performance Computational Infrastructure (HPCI) Distributed Storage Cluster. New equipment, fully operational, assembled, tested, and configured to include all associated cabling, installation, configuration, data migration and 36 months maintenance and support. See Attachment #1 for Minimum Specifications. / QUANTITY - 1 EACH - Unit Price $ / Total Price $ CLIN 0002- Shipping charges (if applicable) / QUANTITY - 1 JOB - Unit Price $ / Total Price $ CLIN 0003- Option 1- Base- High Performance Computational Infrastructure (HPCI) Distributed Storage Cluster. New equipment, fully operational, assembled, tested, and configured to include all associated cabling, installation, configuration, data migration and 36 months maintenance and support. See Attachment #1 for Minimum Specifications. / QUANTITY -1 EACH - Unit Price $ / Total Price $ CLIN 0004- Option 1 - Shipping charges (if applicable) / QUANTITY - 1 JOB - Unit Price $ / Total Price $ Extend the date quotes are due to 4 June 2019 at 2:00PM. ----------------------------------------------------------------------- Amendment 0002 is issued to extend the date quotes are due to 10 April 2019 at 2:00PM. ----------------------------------------------------------------------------------------- Amendment 0001 is issued to ADD the following line to the "Upgrades/Updates/Management field in Attachment #1, Minimum Specifications: "the features must support the following capabilities and/or equivalents." ------------------------------------------------------------------------------------------ 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, 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). Request For Quotation (RFQ) number is N66604-19-Q-0981. This requirement is being solicited as 100% small business set aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification Systems (NAICS) Code is 334112 and the Small Business size standard is 1,250 employees. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Contract for the following items that meet the required specifications with a provision for one (1) Option for the same item specified in CLIN 0001, which may be exercised no later than 15 months from the date of award. The Option will not be exercised at the time of award of the basic requirement. Contract Line Item Number (CLIN) and Description/Title and Quantity: CLIN 0001- Base- High Performance Computational Infrastructure (HPCI) Distributed Storage Cluster. New equipment, fully operational, assembled, tested, and configured to include all associated cabling. See Attachment #1 for Minimum Specifications. QUANTITY - 1 EACH - Unit Price $ / Total Price $ CLIN 0002 - Base - Installation and 36-month maintenance and support for hardware and software QUANTITY - 1 JOB - Total Price $. CLIN 0003 - Base SHIPPING - QUANTITY - 1 JOB - Total Price $. CLIN 0004 - Option 1- High Performance Computational Infrastructure (HPCI) Distributed Storage Cluster. New equipment, fully operational, assembled, tested, and configured to include all associated cabling. See Attachment #1 for Minimum Specifications. QUANTITY - 1 EACH - Unit Price $ / Total Price $ CLIN 0005 - Option 1- Installation and 36-month maintenance and support for hardware and software 1 JOB QUANTITY - 1 JOB - Total Price $. CLIN 0006- Option 1 SHIPPING QUANTITY - 1 JOB - Total Price $. NOTE: Any additional features/options does not add value to the requested HPCI. The Government is requesting minimum specifications with award to the Lowest Priced Technically Acceptable (LPTA) offeror. The required delivery is eight weeks after date of contract award. F.O.B. Destination Naval Station Newport; Newport, RI. Early delivery is acceptable. Offers must include all costs including shipping costs in quotes, if applicable. 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. The provision at FAR 52.217-5, EVALUATION OF OPTIONS and FAR clause 52.217-7, OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM apply 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. The Government's preferred method of payment is Wide Area Workflow (WAWF). Section 508 is not applicable to this requirement. The Government intends to award a single Firm Fixed Price purchase order to the eligible, responsible offeror that represents the Lowest Price Technically Acceptable (LPTA) offer. In order to be determined technically acceptable: (1) the offeror must quote all of the items specified, meeting the minimum specifications; (2) the offeror must meet the required delivery date; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Offerors are encouraged to provide a detailed quote that addresses each item within the Hardware, Networking and Software criteria in Attachment #1. Including a broad solution that does not include the level of detail as included in Attachment #1 may render the Offeror's quote Technically Unacceptable upon review. The Government will evaluate offers for award purposes by adding the total price for Option 1 to the total price for the basic requirement. Evaluation of Options will not obligate the Government to exercise the Option. The Contracting Officer may exercise the Option by written notice to the Contractor within 15 months of award. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be actively 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 website. Offerors shall include the following additional information with submissions: Offerors must provide supporting artifacts in the form of benchmarks and documentation demonstrating performance metrics in either MB/s or GB/s with clients transferring data using both NFSv4 and SMB file sharing protocols. Point Of Contact (including phone number and email address), Contractor CAGE code, and Contractor DUNS. Quotes and supporting documentation must be e-mailed directly to karen.sampson@navy.mil. Quotes received after the specified date and time will not be considered for award. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »