Opportunity

SAM #N00173-26-Q-5066

NRL Solicitation for Dell PowerEdge R6615 Linux Server for DOD IA Compliance

Buyer

NRL

Posted

April 22, 2026

Respond By

May 04, 2026

Identifier

N00173-26-Q-5066

NAICS

334111

The Naval Research Laboratory (NRL), part of the Department of the Navy, is soliciting quotations for a Dell PowerEdge R6615 Linux Server (CTO) or equivalent to support out-of-band logging and Department of Defense Information Assurance (DOD IA) requirements. - Government Buyer: - Department of Defense, Naval Research Laboratory (NRL) - Contact: William Green - OEMs and Vendors: - Dell (OEM) - Vendors must be OEM, or OEM-authorized dealers, distributors, or resellers - Documentation of authorized status required - Products/Services Requested: - Dell PowerEdge R6615 Linux Server (configured as per vendor's quote) - Part Number: Dell PowerEdge R6615 - Quantity: 1 - New equipment only; no remanufactured or gray market items - Must be covered by manufacturer's warranty - Commercial item under NAICS code 334111 - Unique/Notable Requirements: - Server must be dedicated for out-of-band (OOB) logging to meet DOD IA requirements - Acceptance contingent on delivery in full working order - Delivery to NRL facilities in Monterey, CA, Washington, DC, and Stennis Space Center, MS - Three-year period of performance from award - Small business set-aside

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Effective: March 12, 2026

This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of <1250, the associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 7B22.

The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase the following:

 DELL POWEREDGE R6615 SERVER - CTO

 _______ See specification attachment

Supplies: BRAND NAME OR EQUAL.  

Items must be brand name or equal in accordance with FAR 52.211-6.

Software/Hardware/Services: 

This procurement is for new equipment ONLY, unless otherwise specifically stated.  No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.

• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions

• Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.

Note:  Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award.  The performance period cannot be back dated.  If reinstatement fees are required, they must be listed on separate line items.

Delivery Address:

________        U.S. Naval Research Laboratory

4555 Overlook Avenue, S.W.

Bldg. 49 – Shipping/Receiving

Code 3400

Washington, DC 20375

X_       U.S. Naval Research Laboratory

7 Grace Hopper Avenue,

Bldg. 702

Monterey, CA  93943-5502

________        U.S. Naval Research Laboratory

7 Grace Hopper Avenue, Stop 2

Bldg. 704

Monterey, CA 93943-5502

          

________        US Naval Research Laboratory

Stennis Space Center

Bldg. 2406, Code 7035.2

Stennis Space Ctr., MS 39529-5004

FOB DESTINATION IS THE PREFERRED METHOD

Estimated Delivery Time: July 31,2026

For FOB ORGIN, please provide the following information: FOB Shipping Point: ____________________ Estimated Shipping Charge: ___________ Dimensions of Package(s): ______________ Shipping Weight: _______________________

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your Company Cage Code, Manufacturer’s Name, and Country of Origin.

All quotations shall be sent via e-mail.

GOVERNMENT POINT OF CONTACT

Contract Specialist Name: Curtis J Ogletree Jr.

Tel: 202-923-1225

Email: Curtis.j.ogletree.civ@us.navy.mil

Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.

The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.  Award may be made without discussions or negotiations; therefore, prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined to be technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if single or multiple awards will provide the lowest price.  The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.

Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Exceptions. Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.

View original listing