Notice of Intent to procure Dell Blade Servers - CHESS RFQ - #528646
ID: CHESSRFQ528646Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking quotes for the procurement of new brand name Dell Blade Servers through a firm fixed-price contract. This procurement aims to support engineering groups by providing essential IT equipment, with a strict requirement for Dell brand products only, as outlined in the attached "Dell Blade Salient Characteristics for CHESS RFQ." The contract will be awarded based on best value, and all quotes must be submitted via the Army CHESS IT MART by April 18, 2025, at 3 PM EST, with no exceptions for late submissions. Interested contractors should direct any inquiries to Daphne Philson at daphne.b.philson.civ@army.mil by April 15, 2025, to ensure timely responses.

Point(s) of Contact
Files
Title
Posted
The Army Contract Writing System (ACWS) is being deployed by the Army Contracting Enterprise, replacing existing contract writing systems worldwide. During the transition, contractors are advised that the Contracting Office may use multiple systems, resulting in variations in document formatting and potentially important information. Contractors must prepare their Customer Relationship Management (CRM) systems and staff to adapt to these differences. The document states that any changes to contract terms arising from the new systems should be considered potentially erroneous unless explicitly indicated as intentional. If issues arise during system migration, the Contracting Officer will issue a continuation contract to preserve existing terms. This process is structured to ensure consistency and integrity in contract administration and contractor performance measurement data. Therefore, contractors must remain vigilant and communicate any discrepancies to the responsible Contracting Officer to facilitate necessary corrections without additional cost.
This memorandum details an exemption for the CHESS IT MART RFQ solicitation from the requirement to post on SAM.gov, the Government Point of Entry. Under the Army Federal Acquisition Regulation Supplement (AFARS) 9-4(a), CHESS is identified as the mandatory source for all Army IT purchases, including commercial hardware and software. Specifically, only the Air National Guard is exempt from this requirement and must use AFADVANTAGE/GSA-2GIT for compatibility purposes. The memo underscores that any IT purchases outside of CHESS must obtain a waiver and a Statement of Non-availability (SoNA). Consequently, regulations outlined in FAR 5.101 and FAR 5.301 regarding contract award announcements do not apply to CHESS IT MART transactions. This document reflects adherence to established procurement guidelines while ensuring compliance with Army-specific purchasing protocols.
The document outlines a comprehensive list of products and services related to the Dell Blade Server system, specifically tailored for a government Request for Quotation (RFQ). It details various components, including the PowerEdge MX7000 enclosure, MX760C server units, necessary accessories, and warranties such as the Dell Hardware Limited Warranty and ProSupport services. Additional items feature networking modules, redundant power supplies, and advanced technical support options. The inclusion of configuration services and asset tagging indicates a focus on tailored installation and management for federal operations. The enumeration of items exemplifies a structured approach to fulfilling technical requirements under federal guidelines, emphasizing reliability, support, and compliance. Overall, the document serves as a structured proposal aimed at equipping government entities with advanced server solutions while ensuring extensive warranty and support coverage.
The document outlines the "Instructions to Offerors" for Commercial Products and Commercial Services as part of federal procurement processes. It includes provisions related to submission guidelines for offers, including necessary components like solicitation numbers, technical descriptions, terms of warranty, pricing, and acknowledgment of any solicitation amendments. Offerors must comply with requirements such as providing a unique entity identifier and maintaining their offer validity for 30 days. Furthermore, it details the handling of late submissions, stating specific conditions under which late offers may be considered. The document emphasizes the government’s intent to evaluate initial offers without discussions, urging offerors to present their best initial terms. Additionally, it covers the potential for multiple awards and outlines the eligibility requirements for small businesses based on the NAICS codes. The availability of relevant specifications and standards is addressed, along with debriefing provisions post-award to provide insights on evaluations and rankings. Overall, the instruction aims to ensure clear communication and compliance among offerors in federal procurement, fostering an orderly and competitive bidding environment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
VME Terminal Controller CPU and associated Hardware Procurement
Buyer not available
The Department of Defense, through the Defense Microelectronics Activity (DMEA), is seeking proposals for the procurement of VME Terminal Controller CPUs and associated hardware, as outlined in Solicitation No.: HQ072725QNR02. This procurement aims to acquire 320 units across four product lines to facilitate an upgrade to Windows 11 for the Link 16 Terminal Controller, which is critical for managing military data transmission. The selected contractor will be responsible for sourcing specific components, ensuring authenticity and compliance with national security regulations, while providing service support and warranty for the hardware. Interested contractors must submit their quotes via email by 2:00 p.m. (PST) on May 1, 2025, and can direct inquiries to Nicholas S. Roberts at nicholas.s.roberts8.civ@mail.mil.
SERVER ASSY,HS22
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the SERVER ASSY, HS22. The procurement requires qualified contractors to provide firm-fixed-price quotes for the repair of the specified item, adhering to strict guidelines including a Repair Turnaround Time (RTAT) of 265 days and compliance with IUID requirements. This contract is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Charles T. Miller at CHARLES.T.MILLER7.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days and additional details regarding pricing and capacity constraints as specified in the solicitation.
GRL Custom Workstation
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking quotes for a custom scientific workstation to support the development of lidar processing algorithms. This workstation must feature high memory capacity, PCIe connectivity for multiple accelerator cards, including GPUs and FPGAs, and be capable of processing large datasets efficiently. The procurement is critical for enhancing computational capabilities in geospatial research, with specific requirements including an AMD Alveo data center accelerator card, RTX A5000 GPU, 8TB NVMe SSD, and 16TB SATA SSD storage. Interested small businesses must submit their quotes electronically by May 2, 2025, at 2:00 PM CST, and can direct inquiries to Ethel Denise Grant at ethel.d.grant@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.
Milcortex Brick Computer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the procurement of 67 MilCortex 4000 Standalone Ruggedized Computers, aimed at upgrading legacy Operator Station Units on LHD/A ships. This acquisition is critical for the Machinery Control Systems Tech Refresh project, ensuring compatibility with Windows 11 and adherence to specific operational and environmental standards. The procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order estimated at approximately $443,205, emphasizing the unique specifications of the Rugged Science brand hardware. Interested vendors must submit their quotes by May 7, 2025, and can direct inquiries to Shawn M. Waters at shawn.m.waters@navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
D--DELL SOLID STATE DISK ACCESSORIES AND SUPPORT
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking to procure DELL solid state disk accessories and support. This acquisition will be negotiated on a sole source basis with DELL INC. The procurement is for IT and telecom - information technology and telecommunications services. Interested parties may submit proposals prior to the offer due date. The anticipated delivery date is 17 March 2017. The solicitation will be posted on the NECO website on or about 14 January 2017, with quotes due on or about 17 January 2017. Electronic submission of quotes via NECO is not available at this time.
Computer System
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of computer systems, aimed at fulfilling the needs of the Department of Defense. This request for proposals (RFP) invites both small and large businesses to provide commercial items, with a focus on compliance with military packaging and marking standards, as well as adherence to Federal Acquisition Regulation (FAR) guidelines. The procurement is critical for ensuring the availability of reliable IT and telecom services, specifically in the area of compute as a service for military operations. Interested vendors should contact Stacy M. Johnson at stacy.m.johnson@dla.mil or call 1-586-747-4511 for further details regarding submission requirements and deadlines.
SMALL BUSINESS SET-ASIDE - Ruggedized laptops and all accessories and applicable equipment
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals from qualified small businesses for the procurement of ruggedized laptops and associated equipment as part of the Electronic Maintenance Support System (EMSS) kit for the U.S. Marine Corps. The requirement includes high-performance laptops with specifications such as a minimum of 32 GB RAM, robust GPU, and 1 TB solid-state drive, along with various accessories to ensure operational effectiveness in field conditions. This procurement is critical for enhancing the Marine Corps' maintenance capabilities and will be conducted as a total small business set-aside, with an anticipated contract value of up to $30.4 million over a three-year ordering period. Interested vendors must submit proposals by May 2, 2025, and can direct inquiries to Angie Cooperider at angela.w.cooperider.civ@us.navy.mil or by phone at 812-381-2567.
70--DATA SERVER 2U, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure five units of a Data Server 2U for repair and modification purposes. This procurement is limited to approved sources only, as the government does not own the necessary data or rights to purchase or contract repair from additional sources, making it uneconomical to reverse engineer the part. The contract will be awarded based on compliance with MIL-I-45208A inspection standards, and interested parties are encouraged to express their interest and capability to meet the requirement within 15 days of this notice. For further inquiries, interested vendors can contact Jordan Burt at (717) 605-1318 or via email at jordan.burt@navy.mil.
Request for Information (RFI) for an up to 60 months lease of 152 multi-functional devices and services
Buyer not available
The Defense Logistics Agency (DLA) is seeking industry feedback through a Request for Information (RFI) regarding the procurement of 152 Multi-Functional Devices (MFDs) and associated services for the Army Materiel Command, specifically at Redstone Arsenal, AL, Anniston Army Depot, AL, and the Pentagon, Washington D.C. The objective is to establish a Firm Fixed Price (FFP) contract for a 60-month lease of these devices, which will include delivery, end-user training, full-service maintenance, and compliance with federal security standards. This initiative is crucial for enhancing operational efficiency within military communications through modern technology procurement. Interested vendors must submit their responses, including company information and any questions regarding the draft Performance Work Statement, by May 6, 2025, with inquiries due by April 29, 2025. For further details, vendors can contact Arina Zaitseva at arina.zaitseva@dla.mil or Chad Parent at chad.parent@dla.mil.