Hard Drives
Amendment 0004: The purpose of this amendment is to answer the following questions: Q: Can you provide a link to the technical specifications for the specific server? A: There is no specific link that... Amendment 0004: The purpose of this amendment is to answer the following questions: Q: Can you provide a link to the technical specifications for the specific server? A: There is no specific link that can be provided at this time because the Government will accept any brand server that has the minimum requirements as listed below. All other combined synopsis/solicitation terms and conditions remain unchanged. Amendment 0003: The purpose of this amendment is to answer the following questions: Q: Can you please provide clarification of the type of server the hard drives will be going into since two different brands are listed? A: The actual server brand is ThinkTankiQ2-2620v3 Dual Xenon 64 Bay Storage Server. Aberdeen was listed in error. Q: Do they need 512e sector size or 4Kn? A: We do not have a technical requirement for the sector size. All other terms and conditions of the combined synopsis/solicitation remain unchanged. Amendment 0002: The purpose of this amendment is to answer the following questions: Q: Can you please tell us what the drives are going into or if you have a specific manufacturer? A: The hard drives are for an Aberdeen ThinkTankiQ2-2620v3 Dual Xenon 64 Bay Storage Server. There is no specific manufacturer for the hard drives. Offerors are encouraged to provide quotes for hard drives that meet the Government's minimum requirements which are listed in the CLIN description below. Q: Can you let me know if the end user wants SAS drives or SATA drives? A: The end user requires SAS drives. All other terms and conditions of the combined synopsis/solicitation remain unchanged. Amendment 0001: The purpose of this amendment is to answer the following question: Q: Can you please direct me to where I can locate the acceptable manufacturer part numbers for this solicitation? A: There are no part numbers associated with this solicitation. Offerors are encouraged to provide quotes for hard drives that meet the Government's minimum requirements which are listed in the CLIN description below. All other terms and conditions of the combined synopsis/solicitation remain unchanged. This is a combined synopsis and solicitation for commercial services 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. Request for Quotation (RFQ) number is N66604-19-Q-1884. This requirement is being solicited as a 100% small business set-aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334112. The Small Business Size Standard is 1,250 employees. NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, seventy (70) Hard Drives. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. Item Description Minimum Requirement Quantity/ PoP Unit Price Total Price CLIN 0001 Capacity: 14 TB Reliability: 2.5 Million hours mean time between failures (MTBF) Disk Speed: 7200 RPM Interface: SAS Compatible Data Transfer Speed: 6.0 GB/second Physical Size: 3.5" x1" internal mount Cache: 512 MB minimum Warranty: 5 Years 70 Each/ Upon award- July 1, 2019 CLIN 0002 Shipping (If Applicable) 1 Job/ July 1, 2019 Total The CLIN structure also identifies the Government Minimum Specifications. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. F.O.B. Destination Naval Station Newport: Newport, RI. The desired delivery date is no later than July 1, 2019. The Government has determined that this requirement does include Electronic and Information Technology (EIT), therefore, Section 508 requirements do apply. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). 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. 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 which meet the requirements specified above, in the required quantities specified above and (2) 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. 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 website. Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Friday, 26 April 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sh
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »