Opportunity

SAM #N0017826Q6721

Dell PowerEdge R760XD2 Server and Integration Services for NSWCDD

Buyer

NSWC Dahlgren

Posted

April 22, 2026

Respond By

April 28, 2026

Identifier

N0017826Q6721

NAICS

423430, 541512, 334111

This opportunity involves the procurement of Dell PowerEdge R760XD2 servers and associated integration services for the Naval Surface Warfare Center Dahlgren Division (NSWCDD), under the Department of the Navy (NAVSEA). - Government Buyer: - Department of the Navy - Naval Sea Systems Command (NAVSEA) - Naval Surface Warfare Center Dahlgren Division (NSWCDD) - OEMs and Vendors: - Dell (hardware manufacturer) - SelecTech, LLC (integration and software services) - Products/Services Requested: - Dell PowerEdge R760XD2 Server (1 unit, part number 210-BGSS) with detailed configuration: - Intel Xeon Gold 5416S processors (2 units, part number 338-CHSL) - 32GB RDIMM 5600MT/s memory modules (part number 370-BBRY) - 12TB SAS hard drives (12 units, part number 161-BCPD) - 800G NVMe drives (2 units, part number 400-BRPM) - RAID controllers, power supplies, network adapters, and other server accessories - 3-year ProSupport technical and on-site services - Federal UID tagging and custom federal operations support - On-site integration, software installation, and security hardening services by SelecTech, LLC, using proprietary processes and custom scripts - Unique/Notable Requirements: - Hardware must be manufactured by Dell and fully compatible with existing systems - Offerors must provide OEM authorization as resellers/distributors for Dell products - All costs, including shipping and freight to NSWCDD Dahlgren, VA, must be included - Federal UID tagging and custom federal operations support are required - Declined on-site installation for hardware; integration services are sole source to SelecTech, LLC - Use of proprietary processes and custom scripts for system transformation - Place of Performance/Delivery: - NSWCDD, 17632 Dahlgren Road Suite 202, Dahlgren, VA 22448-5154

Description

COMBINED SYNOPSIS/SOLICITATION: N0017826Q6721

Submitted by: Carla McKown

NAICS Code: 334111

FSC/PSC Code: 7K20

Anticipated Date to be published in SAM.gov: 22 APRIL 2026  

Anticipated Closing Date: 28 APRIL 2026

Contracts POC Name: Carla McKown

Telephone#:  540-500-9891

Email Address:  carla.j.mckown.civ@us.navy.mil    

PSC/FSC Code and Description:  7K20 – IT and Telecom - Storage Products (hardware and Perpetual License Software

Basis for award:

__ Brand Name or Equal - FAR 6.103-1(d)

X Sole Source - FAR 6.103-1(b)

__ Full and Open - FAR 6.101

__ Total Small Business Set Aside - FAR 19.104-1

This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.

Synopsis/Solicitation N0017826Q6721 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.

For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply.

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/service manufactured by Dell as follows: 210-BGSS PowerEdge R760XD2 Server with Sole Source support services for unique software installation, security hardening on-site integration services to be provided by SelecTech, LLC.  See the attached SF1449 Solicitation & Requirements List with configuration. 

Dell is located in Round Rock, TX.

SelecTech, LLC is located in College Park, MD.

To maintain compatibility with the existing system, the requested hardware must be compatible in all aspects (form, fit and function) with existing equipment currently installed. Utilizing another manufacturer’s products would result in fleet assets being incompatible with each other.  Without this hardware, there's a possibility higher long-term costs from overloading our existing, less capable, and older hardware that may lead to premature hardware failure and higher maintenance costs compared to the investment in high-performance infrastructure.  While the core hardware is a commercial-off-the-shelf (COTS) product, the government's requirement is for a solution that includes unique CTERA software installation, security hardening, and on-site integration services that are not available from any other source. Due to their exclusive ability to transform this specific COTS product into the required mission-specific system, SelecTech, LLCs’ deep institutional knowledge of the program, and their critical on-site integration support, SelecTech is the only vendor capable of meeting the government's needs without adding risk to the program. This history has uniquely positioned them to develop and refine the specific software configurations and security protocols required by the program. This transformation involves proprietary processes, custom scripts, and a deep understanding of the interplay between the hardware, software, and the program's operational network. This tailored solution cannot be purchased from another vendor or replicated without significant mission risk, schedule delays, and engineering costs. 

All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis.

All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.

Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made on a Lowest Price Technically Acceptable basis.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Proposal is due by 28 APRIL 2026, no later than 12:00 p.m. EST with an anticipated award date by MAY 2026.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to carla.j.mckown.civ@us.navy.mil prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number N0017826Q6721 in the subject line.

Attachments –

-SF1449: N0017827Q6721 Solicitation/Contract/Order for Commercial Items

-Requirements List

-Statement of Work (SOW) Redacted

View original listing