Loading...
N6660426Q0343
Response Deadline
May 22, 2026, 6:00 PM(EDT)7 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
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-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.
Under this solicitation, the Government will consider making a split award of Lot 1 and Lot 2 to different offerors, on a Lowest Priced, Technically Acceptable (LTPA) basis. Offerors may submit a proposal for either or both lots. Lot 1 is intended as a Brand Name only requirement for Supermicro products to authorized distributors and Lot 2 is intended as a Brand Name only requirement for Thinkmate products. The Brand Name Determinations for this purchase are authorized under Title 10, United States Code, Section 4023, which allows for the purchase of ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, which are considered necessary for experimental or test purchases in the development of the best supplies that are needed for the national defense. Procurement of these systems falls within the telecommunications Systems for data transmission categories and can be used for testing and experimentation. Offerors must be the Original Equipment Manufacturer (OEM) or provide proof that they are authorized by the OEM to distribute or sell their products in order to be considered acceptable and awardable.
This solicitation is a request for competitive quotes. However, all quotes received by the closing date will be considered by the Government for future requirements. A determination not to compete this proposed requirement based on responses to this solicitation is solely within the discretion of the Government. Quotes received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement in the future.
Request for Quote (RFQ) Number is N66604-26-Q-0343. The North American Industry Classification System (NAICS) Code for this acquisition is 334111; the Small Business Size Standard is 1,250 employees.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items:
LOT 1
CLIN 0001: Quantity of six (6) Supermicro 2U Hyper A+ Server, Part #: AS-2126HS-TN, Configuration Option 1, in accordance with the Government specification sheet.
CLIN 0002: Quantity of six (6) Supermicro 2U Hyper A+ Server, Part #: AS -2126HS-TN, Configuration Option 8, in accordance with the Government specification sheet.
LOT 2
CLIN 0003: Quantity of one (1) Thinkmate GPX XH8-22S4-8GPU, Part #: GPX XH8-22S4-8GPU (H200 Option), in accordance with the Government specification sheet.
Delivery is F.O.B. Destination to Newport, RI 02841. Delivery must be within 90 days after receipt of order. Please include any applicable shipping charges for F.O.B. Destination in the unit prices.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.204-13, System for Award Management Maintenance.
52.204-18, Commercial and Government Entity Code Maintenance.
52.204-19, Incorporation by Reference of Representations and Certifications.
52.209-10, Prohibition on Contracting With Inverted Domestic Corporations.
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-3, Offeror Representations and Certifications Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.222-3, Convict Labor.
52.222-19, Child Labor-Cooperation with Authorities and Remedies.
52.222-35, Equal Opportunity for Veterans.
52.222-36, Equal Opportunity for Workers with Disabilities.
52.222-50, Combating Trafficking in Persons.
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.232-39, Unenforceability of Unauthorized Obligations.
52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
52.233-1, Disputes.
52.233-3, Protest after Award.
52.240-91, Security Prohibitions and Exclusions.
52.243-1, Changes-Fixed-Price.
52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form).
The following DFARS clauses apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product.
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 (DEVIATION 2024-O0013, Revision 1)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.211-7003 Item Identification and Valuation
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.225-7048 Export-Controlled Items.
252.232-7010 Levies on Contract Payments.
252.243-7001 Pricing of Contract Modifications.
252.244-7001 Contractor Purchasing System Administration.
252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System.
252.246-7008 Sources of Electronic Parts.
252.247-7023 Transportation of Supplies by Sea.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The following additional terms and conditions apply:
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.
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF).
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
Offerors shall include the following information with submissions:
(1) Quote the required brand name items, in the required quantities;
(2) Provide proof that all items are shipped from the US, drop shipping is unacceptable;
(3) Provide proof that all items configured in house are new products, gray market items will not be accepted;
(4) Point of Contact (including name, phone number and email address); and,
(5) Contractor CAGE Code. The Government will consider past performance information, where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable.
(6) All resellers shall provide proof of original equipment manufacturer (OEM) authorized reseller status. Status will be verified by the Government prior to award. NOTE: Items shall be sourced directly from the OEM and/or OEM authorized channels only; If the Contractor does not deliver new hardware/software or provide proof that the items are all new products, the Government need not accept delivery. 3rd party assembly or testing is unacceptable for this purchase. If after award the hardware/software delivered are determined not to be new or delivered outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.
Additionally, the Government will consider past performance information within Supplier Performance Risk System (SPRS) where negative information may render a quote being deemed technically unacceptable and unawardable.
The quote may be submitted via email to the email address below and must be received on or before Friday, 22 May 2026 at 1400 Eastern time. Offer received after the closing date are late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
NAVSEA WARFARE CENTER
NUWC DIV NEWPORT
NUWC DIV NEWPORT
1176 HOWELL ST
NEWPORT, RI, 02841-1703
NAICS
Electronic Computer Manufacturing
PSC
IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)