Dell Computer HardWare

expired opportunity(Expired)
From: Federal Government(Federal)
N00173-24-Q5629

Basic Details

started - 18 Apr, 2024 (11 days ago)

Start Date

18 Apr, 2024 (11 days ago)
due - 19 Apr, 2024 (10 days ago)

Due Date

19 Apr, 2024 (10 days ago)
Bid Notification

Type

Bid Notification
N00173-24-Q5629

Identifier

N00173-24-Q5629
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE NAVY (157028)ONR (3582)ONR NRL (3090)NAVAL RESEARCH LABORATORY (3079)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NRL COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS TEMPLATE ($10K & Above)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 Products and Commercial Services," 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) 2024-03Effective: 23 February 2024The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a business size standard of 150.The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is
7B21.The Naval Research Laboratory (NRL), located in Washington DC is seeking to purchase Dell Computer Server Hardware ___See Attached Schedule of Supplies/Services or _____ See Chart BelowX See specification attachmentSupplies: BRAND NAME OR EQUAL.Items must be brand name or equal in accordance with FAR 52.211-6.FAR 52.212-1 has been tailored to include the following additional instructions:• 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.Delivery Address: U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 – Shipping/ReceivingCode 3400Washington, DC 20375**FOB DESTINATION IS THE PREFERRED METHOD**Estimated Delivery Time: __________________For FOB ORGIN, please provide the following information:FOB Shipping Point: _______________________Estimated Shipping Charge: _________________Dimensions of Package(s): ____________________Shipping Weight: __________________________The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract.The full text of FAR & DFARS provisions and clauses may be accessed electronically athttps://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/.52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7, System for Award Management52.204-16, Commercial and Government Entity Code Reporting52.204-17, Ownership or Control of Offeror52.204-20, Predecessor of Offeror52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment – Attached below to be completed and returned with Quote/Proposal.52.204-26, Covered Telecommunication Equipment or Services - Representation52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use52.212-1, Instructions to Offerors-Commercial Products and Commercial Services52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services52.217-5, Evaluation of Options52.219-1, Small Business Program Representations52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation52.225-18, Place of Manufacture52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications52.237-1, Site Visit52.252-1, Solicitation Provisions Incorporated by ReferenceNRL also includes the following provisions that must be completed and returned by the offeror:1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation.2. FAR 52.222-22, Previous Contracts and Compliance Reports3. FAR 52.222-25, Affirmative Action ComplianceOfferors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services52.203-3, Gratuities52.203-12, Limitation of Payments to Influence Certain Federal Transactions52.204-9, Personal Identity Verification of Contractor Personnel52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.204-18, Commercial and Government Entity Code Maintenance52.204-19, Incorporation by Reference of Representations and Certifications52.204-21, Basic Safeguarding of Covered Contractor Information Systems52.209-10, Prohibition on Contracting with Inverted Domestic Corporations52.219-8, Option to Extend Services52.217-9, Option to Extend the Term of the Contract52.219-28, Post-Award Small Business Program Rerepresentation52.232-1, Payments52.232-8, Discounts for Prompt Payment52.232-11, Extras52.232-23, Assignment of Claims52.232-39, Unenforceability of Unauthorized Obligations52.232-40, Providing Accelerated Payments to Small Business Subcontractors52.233-1, Disputes52.233-3, Protest After Award52.233-4, Applicable Law for Breach of Contract Claim52.243-1, Changes-Fixed-Price52.247-34, F.O.B Destination52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form)52.249-4, Termination for Convenience of the Government (Services)(Short Form)52.252-2, Clauses Incorporated By Reference2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial ServicesThe following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting:52.204-1052.209-652.219-652.222-352.222-1952.222-2152.222-2652.222-3652.222-5052.223-1852.225-1352.232-333. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation:252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7008, Compliance with Safeguarding Covered Defense Information Controls252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation252.215-7007, Notice of Intent to ResolicitThe following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.204-7003, Control of Government Personnel Work Product252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services252.211-7003, Item Unique Identification and Valuation252.211-7008, Use of Government-Assigned Serial Numbers252.223-7008, Prohibition of Hexavalent Chromium 252.225-7013, Duty-Free Entry252.227-7015, Technical Data - Commercial Products and Commercial Services252.227-7037, Validation of Restrictive Markings on Technical Data252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area WorkFlow Payment Instructions252.232-7010, Levies on Contract Payments252.239-7010, Cloud Computing Services 252.239-7018, Supply Chain Risk252.244-7000, Subcontracts for Commercial Products or Commercial Services252.246-7003, Notification of Potential Safety Issues252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military OperationsSUBMISSION INSTRUCTIONS:All Quoters shall submit 1 (one) copy of their technical and price quote.Include your company’s Unique Entity ID and Cage Code/N Cage Code on your quote.All quotations shall be sent via e-mail.Please reference this combined synopsis/solicitation number: N00173-24-Q5629 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 shall 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 technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a 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). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on email.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 Products and Commercial Services," 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) 2024-03Effective: 23 February 2024The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a business size standard of 150.The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 7B21.The Naval Research Laboratory (NRL), located in Washington DC is seeking to purchase Dell Computer Server Hardware ___See Attached Schedule of Supplies/Services or _____ See Chart BelowX See specification attachmentSupplies: BRAND NAME OR EQUAL.Items must be brand name or equal in accordance with FAR 52.211-6.FAR 52.212-1 has been tailored to include the following additional instructions:• 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.Delivery Address: U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 – Shipping/ReceivingCode 3400Washington, DC 20375**FOB DESTINATION IS THE PREFERRED METHOD**Estimated Delivery Time: __________________For FOB ORGIN, please provide the following information:FOB Shipping Point: _______________________Estimated Shipping Charge: _________________Dimensions of Package(s): ____________________Shipping Weight: __________________________The following FAR & DFARS provisions and clauses as identified below are hereby incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract.The full text of FAR & DFARS provisions and clauses may be accessed electronically athttps://www.acquisition.gov. The clauses and provisions identified below are to be considered the most up-to-date version, as accessible at https://www.acquisition.gov/.52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7, System for Award Management52.204-16, Commercial and Government Entity Code Reporting52.204-17, Ownership or Control of Offeror52.204-20, Predecessor of Offeror52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment – Attached below to be completed and returned with Quote/Proposal.52.204-26, Covered Telecommunication Equipment or Services - Representation52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use52.212-1, Instructions to Offerors-Commercial Products and Commercial Services52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services52.217-5, Evaluation of Options52.219-1, Small Business Program Representations52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation52.225-18, Place of Manufacture52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications52.237-1, Site Visit52.252-1, Solicitation Provisions Incorporated by ReferenceNRL also includes the following provisions that must be completed and returned by the offeror:1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation.2. FAR 52.222-22, Previous Contracts and Compliance Reports3. FAR 52.222-25, Affirmative Action ComplianceOfferors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications-Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services52.203-3, Gratuities52.203-12, Limitation of Payments to Influence Certain Federal Transactions52.204-9, Personal Identity Verification of Contractor Personnel52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.204-18, Commercial and Government Entity Code Maintenance52.204-19, Incorporation by Reference of Representations and Certifications52.204-21, Basic Safeguarding of Covered Contractor Information Systems52.209-10, Prohibition on Contracting with Inverted Domestic Corporations52.219-8, Option to Extend Services52.217-9, Option to Extend the Term of the Contract52.219-28, Post-Award Small Business Program Rerepresentation52.232-1, Payments52.232-8, Discounts for Prompt Payment52.232-11, Extras52.232-23, Assignment of Claims52.232-39, Unenforceability of Unauthorized Obligations52.232-40, Providing Accelerated Payments to Small Business Subcontractors52.233-1, Disputes52.233-3, Protest After Award52.233-4, Applicable Law for Breach of Contract Claim52.243-1, Changes-Fixed-Price52.247-34, F.O.B Destination52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form)52.249-4, Termination for Convenience of the Government (Services)(Short Form)52.252-2, Clauses Incorporated By Reference2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial ServicesThe following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by their terms, in which case shall be considered self-deleting:52.204-1052.209-652.219-652.222-352.222-1952.222-2152.222-2652.222-3652.222-5052.223-1852.225-1352.232-333. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Products and Commercial Services DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021The following solicitation DFARS PROVISIONS apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS Provisions erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation:252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7008, Compliance with Safeguarding Covered Defense Information Controls252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation252.215-7007, Notice of Intent to ResolicitThe following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or otherwise, omitted, that which should have been included by their terms, shall be considered to be incorporated into this solicitation and any resultant contract:252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.204-7003, Control of Government Personnel Work Product252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services252.211-7003, Item Unique Identification and Valuation252.211-7008, Use of Government-Assigned Serial Numbers252.223-7008, Prohibition of Hexavalent Chromium 252.225-7013, Duty-Free Entry252.227-7015, Technical Data - Commercial Products and Commercial Services252.227-7037, Validation of Restrictive Markings on Technical Data252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area WorkFlow Payment Instructions252.232-7010, Levies on Contract Payments252.239-7010, Cloud Computing Services 252.239-7018, Supply Chain Risk252.244-7000, Subcontracts for Commercial Products or Commercial Services252.246-7003, Notification of Potential Safety Issues252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military OperationsSUBMISSION INSTRUCTIONS:All Quoters shall submit 1 (one) copy of their technical and price quote.Include your company’s Unique Entity ID and Cage Code/N Cage Code on your quote.All quotations shall be sent via e-mail.Please reference this combined synopsis/solicitation number: N00173-24-Q5629 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 shall 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 technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a 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). Emailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on email.

Littleton ,
 CO  80120  USALocation

Place Of Performance : N/A

Country : United StatesState : ColoradoCity : Littleton

Office Address : 4555 OVERLOOK AVE SW WASHINGTON , DC 20375-5328 USA

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

Technology, Miscellaneous Hardware, Software & Accessories

Due: 31 May, 2024 (in 1 month)Agency: Fauquier County

18/0369 - Computer Hardware, Peripherals and Related Items (Item 1)

Due: 01 May, 2024 (Tomorrow)Agency: Harris County

Computer Equipment, Dell - Dell Marketing LP

Due: 26 Jan, 2028 (in about 3 years)Agency: Fort Hays State University

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541519Other Computer Related Services
pscCode 7B21IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE)