Dell Virtual Desktop Infrastructure Equipment
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format... PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. 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 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-3365. The Naval Undersea Warfare Center Division, Newport ("NUWCDIVNPT") is seeking a Firm Fixed Price ("FFP") quote for the following Dell Virtual Desktop Infrastructure (VDI) equipment: Item# Part # Description Qty CLIN 0001* 210-AOII WYSE 5070 Slim Chassis, Pentium Processor, Thin OS, no PCoIP support (Blast only) (a) 200 CLIN 0002* 210-AOII WYSE 5070 Slim Chassis, Pentium Processor, Thin OS, PCoIP support (b) 200 CLIN 0003* 210-AOIJ Wyse 5070 thin client extended chassis, no PCoIP (Blast only) (c) 40 CLIN 0004* 210-ARNW UltraSharp 49 Curved Monitor-U4919DW 200 CLIN 0005* 210-ASED OptiPlex 7070G Micro for Interactive Touch Monitor 2 CLIN 0006* 210-AQYP Dell 86 Interactive Touch Monitor Advanced Config: C8618QT 2 CLIN 0007 575-BBOE Chief Large Flat Panel Static Wall Mount for Dell C8618QT Interactive Monitor 2 CLIN 0008 AA154341 Logitech TV Mount XL For Meetup Extra Large TV (AA154341) non-TAA 2 CLIN 0009 AA042891 Logitech Screen Share - External video adapter - USB 3.0 - HDMI (AA042891) non-TAA 2 CLIN 0010 AA048940 wePresent WICS-2100 Professional Wireless Collaboration Presentation HDMI (AA048940) non-TAA 2 * See Attachment 1 for the exact configurations All items listed above (CLINs 0001-0010) are Brand Name Specified Items, no substitutions allowed. The Government requires that the new assets seamlessly connect and interface with the existing infrastructure. Any other product will likely create an interoperability risk, and negatively impact the mission. Items must be new. Used or refurbished items are not allowed. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. Offerors must be a Dell Federal Partner authorized reseller, proof of reseller status shall be provided by the offeror. The Government will confirm reseller status of all offerors. This requirement is being solicited as a 100% Small Business Set Aside under North American Industry Classification System ("NAICS") Code 334111. The applicable size standard is 1,250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), 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 DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and Clause 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The following Section 508 standards apply: 36 C.F.R. § 1194.21 - Software Applications and Operating Systems; 36 C.F.R. § 1194.23 - Telecommunications Product; 36 C.F.R. § 1194.26 - Desktop and Portable Computers; 36 C.F.R. § 1194.31 - Functional Performance Criteria; and 36 C.F.R. § 1194.41 - Information, Documentation, and Support The Defense Priorities and Allocation System (DPAS) rating is DO-C9. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. The required delivery is three (3) weeks after the award, F.O.B. Destination Newport, RI 02841. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, payment will be made via Wide Are Workflow (WAWF). In accordance with DFAR 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. If unit acquisition cost is $5,000.00 or more, payment via WAWF applies. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. 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, in the required quantities; (2) the offeror must provide proof of authorized reseller status for Dell, failure to provide proof of reseller status may render a quote being deemed technically unacceptable and (3) the Government will consider past performance information in accordance with DFARS Provision 252-213-7000 where negative information within SPRS (formerly PPIRS-SR) may render a quote being deemed technically unacceptable. 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. Offers shall be submitted via electronic submission to Beata Jones at beata.jones@navy.mil. Offers must be received on or before Monday, 26 August 2019, 2:00PM Eastern Standard Time (EST). Offers received after the closing date and time are considered to be late and will not be considered for award. For information on this acquisition contact Beata Jones at beata.jones@navy.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »