Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

70 -- NetApps Equipment

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Information Services (ACI), Attn: ACI Mail Stop D-88 4600 Sangamore Road, Bethesda, MD, 20816-5003, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIJ9G67073AS03
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Description
This is a combined synopsis/solicitation for NetApps brand name commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. National Geospatial-Intelligence Agency (NGA) intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 6.302-1. The North American Industry Classification System (NAICS) code for this acquisition is 334111. The solicitation is issued under the reference number NIJ8G67073AS03. The requirement is for the following NetApp hardware and for NGA location at Washington Navy Yard. The items are as follows: 0001 NetApps FAS3070-R5 (q=1) 0001AA FAS3070A-IB-BASE-R5 (FAS3070A,IB,ACT-ACT,OS,R5)(q=2) 0001AB SW-T5C-ISCSI-C (iSCSI Software, T5C,-C)(q=2) 0001AC SW-T5C-NFS-C (NFS Software, T5c-C) (q=2) 0001AD SW-T5C-SVPRI-C (SnapVault Primary Software, T5C-C) (q=2) 0001AE DSX-7.0TB-R5-C (Disk Shelf,7.OTB, SATA, -C.R5) (q=16) 0001AF X2055A-R6-C (HBA,FC,2-PORT, 4-Gb,Disk, Optical,PCLe,-C,R6) (q=2) 0001AG X1049A-R6-C (NIC,4-Port,Gbe,Copper,PCle,-C,R6) (q=2) 0001AH X1941A-R6-C (Cable, Cluster 4C Coper,5M, -C,R6) (q=2) 0001AJ X6518A-R6-C (Cable,Optical,LC/LC,5M,-C.R6) (q=8) 0001AK X6530-R6-C (Cable,Patch,RC SFP to SFP,0.5M C,R6) (q=24) 0001AL X505-R6-C (System Lift Handle,Detachable,-C,R6) (q=2) 0001AM X8781-R6-C (Hardware Kit,Add-on Peripheal,Cabinet,-C, R6) (q=18) 0001AN X6529-R6-C (SFP,Optical,FC,-C,R6) (q=8) 0001AP DOC-3XXX-C (Documents,3XXX,-C) (q=1) 0002 NetApp Service ? 12 months ? Washington DC 20303 0002AA CS-SEC-4HR (SE Secure for Gvt,7x24,4hr Onsite FAS3070-R5) (q=1) 0002AB CS-NRD-FEE (Non Returnable Disk Fee-Fas3070-R5) (q=1) 0003 App FAS270C-R5 (q=1) 0003AA FAS270HA-BASE-B-R5 (FAS270HA Base Appliance,REVB,R5) (q=2) 0003AB SW-T2C-ISCSI-C (iSCSI Software,T2C,-C) (q=2) 0003AC SW-T2C-NFS-C (NFS Software,T2C,-C) (q=2) 0003AD SW-T2C-SMIRROR-C (SnapMirror Software,T2C,-C) (q=2) 0003AE X561-R5-C (DS14MK2 AT W/AC Power Supply C,R5) (q=2) 0003AF X5612A-R5-C (DS14MK2AT,AT-FCx Controller,-C,R5) (q=4) 0003AG X267A-R5-C (Disk Drive,500GB,7200 RPM,SATA,A,-C,R5) (q=28) 0003AH X6530-R6-C (Cable,Patch,FC SFP to SFP,0.5M,-C,R6) (q=4) 0003AJ X875A-R6-C (Power Cable,QTY4,Cabinet,20A,-C,R6) (q=1) 0003AK X871A-R6-C (Storage Equipment Cabinet,20A-C,R6) ( q=1) 0003AL X800-42U-R6-C (Cabinet Component Power Cable,-C,R6) (q=6) 0003AM X502-R6-C (Storage Carrier,SUBASSY-Short,DS14,-C,R6) (q=12) 0003AN X3247-R5-C (PCB,Power Supply Load,FAS270-C-R5) (q=2) 0003AP DOC-270-C (Documents,270,-C) (q=1) 0004 NetApp Service ? 12 months ? Washington DC 20303 0004AA CS-SEC-4HR (SE Secure for Gvt,7x24,4hr Onsite-FAS270C) (q=1) 0004AB CS-NRD-FEE (Non Returnable Disk Fee-FAS270C) (q=1) 0005 NetApps FAS3070-R5 (q=1 ) 0005AA FAS3070A-IB-BASE-R5 (FAS3070A,IB,ACT-ACT,OS,R5) (q=2) 0005AB SW-T5C-ISCSI-C (iSCSI Software, T5C,-C) (q=2) 0005AC SW-T5C-NFS-C (NFS Software, T5c-C) (q=2) 0005AD SW-T5C-SVPRI-C (SnapVault Primary Software, T5C-C) (q=2) 0005AE X900A-ESH2-R5-C ( DS14MK2 SHLF,ACPS,14X300GB,10K,HDD,E SH2,-C,R5) (q=12) 0005AF DSX-7.0TB-R5-C (Disk Shelf,7.OTB, SATA, -C.R5) (q=4) 0005AG X1049A-R6-C (NIC,4-Port,Gbe,Copper,PCle,-C,R6) (q=2) 0005AH X6518A-R6-C (Cable,Optical,LC/LC,5M,-C.R6) (q=8) 0005AJ X6530-R6-C (Cable,Patch,RC SFP to SFP,0.5M C,R6) (q=24) 0005AK X1941A-R6-C (Cable, Cluster 4C Copper,5M, -C,R6) (q=2) 0005AL X879-R6-C (Kit,Storage Cabinet Interconnection,-C,R6) (q=1) 0005AM X871A-R6-C (Storage Equipment Cabinet,20A-C,R6) (q=2) 0005AN X875A-R6-C (Power Cable,QTY4,Cabinet,NEMA,20A,-C,R6) ( q=2) 0005AP X800-42U-R6-C (CABINET Component Power Cable,-C,R6) (q=36) 0005AQ X6529-R6-C (SFP,Optical,FC,-C,R6) (q=8) 0005AR X8773-R6-C (Mounting Bracket,Tie- Down,Multiple,-C,R6) (q=2) 0005AS DOC-3XXX-C (Documents,3XXX,-C) (q=1) 0006 NetApp Service ? 12 months ? Washington DC 20303 0006AA CS-SEC-4HR (SE Secure for Gvt,7x24,4hr Onsite FAS3070-R5) (q=1) 0006AB CS-NRD-FEE (Non Returnable Disk Fee-Fas3070-R5) (q=1) 0007 Additional Parts and Components 0007AA PS-ZA-SCH-L2-DAY (PS Standard Daily- Lev2,Min 4 Hrs,ZA) (q=2) 0008 Additional Parts and Components 0008AA SW-T5C-SMSVS (SnapMirror SnapVault Bundle Software,T5C) (q=2) 0009 NetApp Service ? 12 month 0009 AA CS-SEC-4HR (SE Secure for Gvt,7x24,4hr Onsite- Begin:1/9/2007) (q=2) 0010 NetApp Service - SW-DFM 0010 AA SW-DFM-T5-OPSMGR (Operations Manager,Tier5) (q=4) 0010AB SW-DFM-R-OPSMGR (Operations Manager,NearStore) (q=1) 0010AC SW-DFM-T2-OPSMGR (Operations Manager,Tier2) (q=2) 0010AD SW-DFM-OPSMGR-NEW (Operations MGR,New Server) (q=7) 0011 NetApp Service - SW_SSP_NETAPP (12 month Software Subscription NetApp) 0011AA SW-SSP-DFM-T5-OPSMGR (SW Subs,Operations Manager,Tier5) (q=4) 0011AB SW-SSP-DFM-R-OPSMGR (SW Subs,Operations Manager,Near Store) (q=1) 0011AB SW-SSP-DFM-T2-OPSMGR (SW Subs, Operations Manager,Tier2) (q=2) 0012 Additional Parts and Components 0012AA X800-42U-R6 (Cabinet Component Power) (q=36) 0012AB X2055A-R6 (HBA,FC,2-Port,4Gb,Disk,Optical,PCIe,R6) (q=2) 0012AC X6524-R6 (Cable,Optical,Pair,LC/LC,2M,R6) (q=6) 0012AD UG-L3-PROTOCO (Level 3 Protocol Return Credit) (q=2) 0012AE UG-L3-SW2 (Level 3 Software2 Return Credit) (q=2) 0012AF UG-L3-BASE (Level 3 Platform Return Credit) (q=2) 0012AG X9901 (Envelope,Customer Site,SRA) (q=1) 0012AH X9900 (Label,Customer Site,SRA) (q=2) Delivery Location: National Geospatial-Intelligence Agency, Washington Navy Yard, Washington, DC. Total proposed cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-17. The provision at 52.212-1, Instruction to Offeror, Commercial Items applies to this acquisition. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items delivery 30 days ARO. Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this acquisition, with the following clauses: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; 52.225-13, Restriction on Certain Foreign Purchases; 52.239-1, Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to the acquisition with the following clauses: 252.225-7001, Buy American Act and Balance of Program, and 252.225-7004, Preference for Domestic Specialty Metals; 252.232.7003, Electronic Submission of Payment Requests. In accordance with FAR 12.603(a)(3)(ii), Offers are due to following email address no later than 27 July 2007, 11:30 a.m. Eastern Time. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responsible sources may submit a response to Aundra Rhone-Jones, via email aundra.m.rhonejones@nga.mil or by fax (301) 227-1467. No telephone responses will be accepted. Maile L. Parker, Contracting Officer, Maile.L.Parker@nga.mil.
 
Place of Performance
Address: National Geospatial Intelligence Agency, 4600 Sangamore Road Bethesda MD
Zip Code: 20816
Country: UNITED STATES
 
Record
SN01346042-W 20070720/070718222731 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.