This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.
The RFQ number is N0060426Q0002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Publication Notice 20251024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 513210 and the Small Business Standard is $47 Million. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision.
BRAND NAME ONLY:
The proposed contract action is for a brand name only. In accordance with FAR 5.102(a)(6), the required justification is attached.
The NAVSUP FLC Pearl Harbor requests responses from AUTHORIZED HEWLETT PACKARD ENTERPRISE (HPE) RESELLERS capable of providing:
CLIN 0001, Qty: 12, Unit of Measure: Months, HPE complete customer care starter pack HU0R4AC in accordance with the attached Performance Work Statement (PWS).
CLIN 0002, Qty: 12, Unit of Measure: Months, HPE complete customer care option defective media retention part number HU4D6AC in accordance with the attached Performance Work Statement (PWS).
PERIOD OF PERFORMANCE:
1 December 2025 to 30 November 2026
DELIVERY:
Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
PAYMENT:
This requirement will result in a Firm-Fixed Price (FFP) purchase order. The method of payment will be Wide Area Workflow (WAWF). Invoicing shall occur MONTHLY.
METHOD OF AWARD:
Award of the contract resulting from this solicitation will be made to the responsible Quoter whose quote is technically acceptable, and the lowest price. The final contract award will be based on a determination of responsibility in accordance with FAR 9.1 and the lowest priced technically acceptable offer.
An acceptable offer shall meet the specified requirements and is an authorized HPE reseller.
An unacceptable offer does not clearly meet the specified requirements or is not an authorized HPE reseller.
The Government has the right to request additional information to verify quoters authorized resellers status.
ANNOUNCEMENT:
This announcement will close at 12:00 pm Hawaii Standard Time on 24 November 2025. Contact Dana Anderson at dana.a.anderson2.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Quoters requested to provide a completed copy of attached FAR 52.212-3 (CD) and FAR 52.204-24 with quotes (unless SAM.gov representations are updated and current).
The following FAR and DFARS provision and clauses are applicable to this procurement:
52.204-7 System for Award Management NOV 2024
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021
52.204-27 Prohibition on a ByteDance Covered Application JUN 2023
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services SEP 2023
52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I FEB 2024
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services NOV 2023
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services OCT 2025
52.219-6 Notice of Total Small Business Set-Aside NOV 2020
52.219-28 Post-Award Small Business Program Rerepresentation JAN 2025
52.222-3 Convict Labor June 2003
52.222-21 Prohibition of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-35 Equal Opportunity for Veterans JUN 2020
52.222-37 Employment Reports on Veterans JUN 2020
52.222-41 Service Contract Labor Standards AUG 2018
52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014
52.222-50 Combating Trafficking in Persons OCT 2025
52.224-3 Privacy Training JAN 2017
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024
52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act—Covered Foreign Entities NOV 2024
52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998
52.252-2 Clauses Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions NOV 2020
52.252-6 Authorized Deviations in Clauses NOV 2020
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information JAN 2023
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023
252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2023
252.204-7022 Expediting Contract Closeout MAY 2021
252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023
252.223-7008 Prohibition of Hexavalent Chromium JAN 2023
252.225-7000 Buy American--Balance of Payments Program Certificate--Basic FEB 2024
252.225-7001 Buy American and Balance of Payments Program--Basic FEB 2024
252.225-7012 Preference for Certain Domestic Commodities APR 2022
252.225-7048 Export-Controlled Items JUN 2013
252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DEC 2022
252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation JUN 2023
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023
252.225-7972 "Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014)" AUG 2024
252.225-7973 "Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2024-O0014)" AUG 2024
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023
252.239-7009 Representation of Use of Cloud Computing SEP 2015
252.239-7010 Cloud Computing Services JAN 2023
252.239-7017 Notice of Supply Chain Risk DEC 2022
252.239-7018 Supply Chain Risk DEC 2022
252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023
252.247-7023 Transportation of Supplies by Sea--Basic OCT 2024
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)
52.252-2 Clauses Incorporated By Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
52.252-5 Authorized Deviations in Provisions (Nov 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in CLAUSES (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
******* End of Combined Synopsis/Solicitation ********