Mercury Servers
ID: N0017825RC606Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of fourteen Mercury RES X08 2U Rugged Rack Servers, which are critical for operational needs. The servers must meet specific configurations, including high-performance components and rugged compliance, and are exclusively manufactured by Mercury Systems, Inc., with Arrow Electronics identified as the sole authorized reseller. This procurement is essential for maintaining operational readiness, and the contract is anticipated to be awarded on a sole source basis due to the proprietary nature of the required products. Interested vendors must submit their proposals by April 4, 2025, at 2:00 PM EST, and can direct inquiries to Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a federal solicitation, aimed at providing vendors with additional time to submit their quotes and promote competition. The amendment alters the response deadline, extending it from April 1, 2025, at 12:00 PM to April 4, 2025, at 2:00 PM. All previous terms and conditions remain unchanged unless stated otherwise. The amendment requests that vendors acknowledge receipt of the amendment through designated methods to ensure their offers are considered. It is crucial for vendors to acknowledge the amendment before the new submission deadline to prevent the risk of rejection. The amendment is processed by the NSWCDD and is identified with specific contract and solicitation numbers, maintaining adherence to federal procurement regulations. Overall, this amendment reflects the government's ongoing effort to facilitate participation from potential contractors by allowing more time for proposal submissions.
    The document outlines a federal solicitation for the procurement of rugged rack servers from the Naval Surface Warfare Center. The offer is due by 12:00 PM on April 1, 2025, with a primary contact named Heather Hostinsky. The procurement allows for submissions from small businesses, specifically emphasizing capabilities aligned with service-disabled veteran-owned and women-owned small business classifications. The solicitation details the specific server requirements, configurations, warranties, and terms for delivery, highlighting compliance with military specifications. The terms of contract administration, including inspection and payment details, are also specified, with suitable clauses incorporated to ensure compliance with federal regulations. An electronic invoicing process will be employed to facilitate payment requests through the Wide Area Workflow system, emphasizing the importance of accurate documentation and the confidentiality of certain information. This solicitation exemplifies the government's continuing commitment to engaging with small businesses for essential technology needs while ensuring compliance with regulatory standards and effective project execution.
    The Department of the Navy's Naval Surface Warfare Center (NSWCDD) is seeking approval for a firm-fixed-priced contract for fourteen Mercury RESX08 Servers, which are essential for its operational needs. The justification highlights that no other products can meet the Navy’s specifications due to proprietary features. The authority for circumventing full competition is grounded in 41 U.S.C. 1901 and FAR Subpart 13.5, as no alternative vendors provide comparable capabilities without significant cost and delays for integration and training. The procurement is slated for Fiscal Year 2025, funded by Navy Other Procurement funds. Extensive market research confirmed that Mercury Systems is the only source for these servers; Arrow Electronics is identified as its sole authorized reseller. The contracting officer has assessed that the anticipated costs are fair and reasonable. The documents also state that there are currently no plans to pursue competitive bids for these requirements, with future competition to be considered if new sources arise. This request underscores the Navy's commitment to ensuring operational readiness while adhering to procurement regulations.
    This document outlines a request for proposal (RFP) involving the procurement of 14 Mercury RES X08 2U Rugged Rack Servers. The specifications detail multiple configurations, including a dual socket motherboard and various high-performance components such as XEON processors, NVIDIA graphics, and advanced network interface cards. Notable features include Level 1 rugged compliance, a confirmation of Taiwan-manufactured components, and a standard three-year warranty. The RFP emphasizes that only authorized resellers may submit bids, underscoring the requirement for compliance with federal procurement standards. This initiative reflects the government's commitment to equipping its agencies with robust and reliable technology solutions suitable for rigorous operational environments. Overall, the document serves as a structured guide for suppliers aiming to meet specific technology needs within a defined government framework.
    Lifecycle
    Title
    Type
    Mercury Servers
    Currently viewing
    Solicitation
    Similar Opportunities
    70--SERVER,AUTOMATIC DA - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure six units of an automatic server and other replacement parts, specifically identified by NSN 7H-7035-016601143. The procurement is limited to Lockheed Martin Corporation as the approved source of supply, as the government does not possess the necessary data rights to purchase or contract repair from alternative sources. This equipment is critical for maintaining operational capabilities within the military's IT and telecom sectors. Interested parties may submit their interest and capability statements to Jennifer Elliott at jennifer.elliott@dla.mil within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    70--STORAGE SERVER COMP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure five units of a specific storage server component, identified by NSN 7R-7021-016447123-P8. The procurement is necessitated by the unavailability of competitive data for this part, making it essential to negotiate with a single source under FAR 6.302-1. This component is critical for IT and telecom operations, specifically in server hardware and software applications. Interested vendors are encouraged to express their interest and capabilities within 45 days of this notice, and should contact Keli Barish at (215) 737-3861 or via email at KELI.BARISH@DLA.MIL for further details.
    70--COMPUTER SYSTEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of a computer system. The procurement involves the acquisition of six units of the National Stock Number (NSN) 7R-7010-016951281-SX, with reference number 123SCSA9035-1, and delivery is required on a Free on Board (FOB) origin basis. This equipment is critical for maintaining operational capabilities within the Navy's IT and telecom infrastructure, particularly in server hardware and perpetual license software. Interested parties can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    59--BACKPLANE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure seven Backplane Assemblies under a sole source contract with DRS Environmental Systems Inc. The procurement involves the purchase of NSN 1R-5998-014608703-SF, P/N 735345-301, which is critical for repair support, as the government does not possess the necessary data to source this part from alternative manufacturers. Interested parties are encouraged to submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on November 17, 2025, and a closing date of December 22, 2025. For further inquiries, interested organizations may contact Jason J. Sklencar at jason.j.sklencar.civ@navy.mil.
    MOUNT,RESILIENT,GEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOUNT, RESILIENT, GEN, a critical hardware component. The procurement aims to establish a firm-fixed-price contract for the repair services, with a focus on ensuring a rapid turnaround time for repairs and compliance with stringent quality assurance standards. This opportunity is vital for maintaining operational readiness and supporting national defense initiatives, as the repaired items will be utilized in various military applications. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with specific deadlines to be determined in the solicitation documents.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power supply units. The contract requires the manufacture and design of power supplies that meet specific technical requirements, including compliance with standards set by Northrop Grumman Systems Corporation and exclusion of mercury in the materials used. These power supplies are critical for various defense applications, ensuring reliable power distribution and operational efficiency. Interested vendors can reach out to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    AZIMUTH POWER DRAWE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Azimuth Power Drawe, a critical component in electrical systems. This procurement requires compliance with stringent quality assurance standards and specifications, including the prohibition of mercury contamination, as the items will be used on submarines and surface ships. The contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution, and interested parties should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL. The solicitation emphasizes the importance of adhering to the Buy American Act and requires submission of an informal cost breakdown, with a focus on timely delivery and government source inspection.