6ea HIPER GLOBAL US MISSION PACKAGE COMPUTING ENVIRONMENT (MPCE) SERVERS -- Sole Source Notice --

Agency: DEPT OF DEFENSE
State: Florida
Type of Government: Federal
Category:
Posted: Apr 24, 2024
Due: Apr 26, 2024
Solicitation No: N61331-24-T-TB16
Publication URL: To access bid details, please log in.
Follow
6ea HIPER GLOBAL US MISSION PACKAGE COMPUTING ENVIRONMENT (MPCE) SERVERS -- Sole Source Notice --
Active
Contract Opportunity
Notice ID
N61331-24-T-TB16
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 24, 2024 10:10 am CDT
  • Original Date Offers Due: Apr 26, 2024 09:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7B22 - IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description

6ea HIPER GLOBAL US MISSION PACKAGE COMPUTING ENVIRONMENT (MPCE) SERVERS -- Sole Source Notice –





All quotes submitted in response to this announcement shall be reviewed if submitted by the close date. RFQ must include supporting documents: Capabilities Statement, Proof of past performance for similar work, and cage code.



(Redacted)



Subj: SOLE SOURCE JUSTIFICATION MEMORANDUM FOR MISSION PACKAGE COMPUTING ENVIRONMENT SERVERS





1. Identification of the agency and the contracting activity, and specific identification of the document as a “Sole Source Justification.”





This is a sole source justification. Contracting activity is NSWC-PCD, Code 024, 110 Vernon Ave., Panama City, FL, 32407.





2. Nature and/or description of the action being approved.





This action will award a firm fixed price contract to Hiper Global for the items listed in Paragraph 3 of this document.





3. A description of the supplies or services required to meet the agency’s needs (including the estimated value).





Line 1



Part Number MPCE-HT1RR700A1-PROC



Qty. 6





This acquisition will be conducted using simplified acquisition procedures with a total estimated value greater than $25,000. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. (Redacted)





4. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor’s unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c) - Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1.





The Naval Surface Warfare Center Panama City Division (NSWC PCD) currently has a need for the items listed in Paragraph 3 of this document. Hiper Global’s servers are part of a configuration-controlled system; if another vendor/item were to be selected, the system would have to be re-baselined to include the new component, resulting in additional costs and delays. Hiper Global does not sell these items through distribution.





As such, the government does not expect significant savings through competition and it is more advantageous to the Government to award on a sole source basis to the Hiper Global for the items listed in Paragraph 3.





5. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b).





The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government’s needs.





6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted.





For the reasons specified in paragraph 4 above, Hiper Global is the only source that can meet the Government’s needs. This requirement will be synopsized in the government point of entry sam.gov because it is estimated greater than $25,000.00.





7. Any other facts supporting the justification.





None.





8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made.





As stated in paragraph 4 above, Hiper Global is the only source that can meet this requirement.



--------------------------------------------



Email subject line must include Solicitation Number and vendor Name at beginning of subject line



Award will be based on the best value to the government considering price, delivery, quality, and past performance



Email quotes to alan.t.bounds.civ@us.navy.mil on or before the closing date and time stated above.



The Government will not accept late quotes.



The Government will not accept quotes that are partial or incomplete



Provide CAGE code and Lead time on your quote.



Vendors must be able to invoice through Wide Area Workflow (WAWF).



If shipping is not included in the price include a line item for shipping.



Vendors must ensure that they have received a response within 24 Business hours after quote has been submitted to remain competitive. If no response is receive Please Call primary then Secondary contact.



**Review All Attachments Posted Prior to Submission of Quote**


Attachments/Links
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 24, 2024 10:10 am CDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow ISO 9001, 14001 Re-Certification/Surveillance Active Contract Opportunity Notice ID M6700424Q1000 Related Notice

Federal Agency

Bid Due: 12/18/2024

Follow QA Services for EAA Active Contract Opportunity Notice ID W912EP-24-R-0010 Related Notice

Federal Agency

Bid Due: 12/26/2024

solicitation doc dept/buyer/category/solicitation type dates status REQ FOR PRE-QUAL OF VENDORS FOR OILS,

Palm Beach County

Bid Due: 2/08/2029

Title : Behavioral Health Services Managing Entity - Central Region Number : ITN-06606

State Government of Florida

Bid Due: 10/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.