Dell PowerEdge R6615 Server -CTO
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL) is soliciting quotations for a Dell PowerEdge R6615 Server - CTO, or an equal brand name item, to serve as a dedicated Linux server for Department of Defense (DoD) Information Assurance (IA) logging requirements. This is a Total Small Business Set-Aside Request for Quotations (RFQ) on a Firm-Fixed-Price (FFP) basis. Quotations are due by May 4, 2026, at 1:00 PM EDT.
Scope of Work
The procurement is for a new Dell PowerEdge R6615 server, configured as specified in the "DETAILS" tab of the Suggest Source quote. The server will be used for logging network backbone devices to a centralized Out-of-Band (OOB) server. Items must be brand name or equal in accordance with FAR 52.211-6. The vendor must be an Original Equipment Manufacturer (OEM), an authorized dealer, distributor, or reseller, ensuring OEM warranty and service. Documentation from the manufacturer confirming authorized status is required. No remanufactured or "gray market" items are acceptable.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 13.003(b)(1))
- NAICS Code: 334111 (Computer and Peripheral Equipment Manufacturing), Small Business Size Standard: 1250 employees
- PSC: 7B22 (Computing Hardware And Software Products For Servers And Converged Appliances)
- Response Due: May 4, 2026, 1:00 PM EDT
- Published Date: April 22, 2026
- Period of Performance: Three-year Period of Performance (POP) for maintenance renewals, beginning on the date of vendor award.
- Estimated Delivery: July 31, 2026
- Delivery Location: U.S. Naval Research Laboratory, 7 Grace Hopper Avenue, Bldg. 702, Monterey, CA 93943-5502 (Attention: William Green).
Submission Instructions
Offerors must submit one (1) copy of their technical and price quote via email. Submissions must include the Company Cage Code, Manufacturer's Name, and Country of Origin. The solicitation number must be referenced in all correspondence and the email subject line. Offerors should include a statement regarding the acceptability of the solicitation's terms and conditions, noting any exceptions with rationale. An active registration in SAM.gov is required.
Evaluation
Award will be made to the responsible offeror whose conforming offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced offer(s) will undergo technical evaluation. If technically acceptable and pricing is fair and reasonable, an award will be made. The Government may award without discussions or negotiations.
Government Point of Contact
- Name: Curtis J Ogletree Jr.
- Email: Curtis.j.ogletree.civ@us.navy.mil
- Phone: 202-923-1225 All questions regarding the solicitation must be submitted via email.