Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

J -- Maintenance Support for Dell/EMC SAN Servers

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NCNA2400-7-22654
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCNA2400-7-22654 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 334112. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Information Management Division requires Dell Power Edge servers to be used to enhance its Headquarters operational database management system. The Power Edge servers are compatible with the existing NOS database management software and the Dell Power Vault is certified to run with the existing hardware, operating systems, and backup software NOS has deployed in support of this environment. NOS have a requirement for maintenance support of its Dell/EMC SAN servers and tape library. In the event of a system failure, it is critical that support be able to diagnose problems, replace failed hardware, and restore operations as quickly as possible. The following maintenance is needed: 1) Gold Level Support for the following ENC equipment: DELL/EMC CX500 - Service Tag 5N8Y851; DELL/EMC 8/16/24 PORT - Service Tag 7Z2TF51; DELL/EMC 8/16/24 PORT - Service Tag 8F3TF51; DELL/EMC HBA QL 2340 - Service Tag 2B7CJ41; DELL/EMC HBA QL 2340 - Service Tag 620CJ41; DELL/EMC HBA QL 2340- Service Tag 867CJ41; DELL/EMC HBA QL 2340 - Service Tag 896CJ41; DELL/EMC HBA QL 2340 - Service Tag 8XZBJ41; DELL/EMC HBA QL 2340 - Service Tag B20CJ41; DELL/EMC HBA QL 2340 - Service Tag D88CJ41; DELL/EMC HBA QL 2340 - Service Tag D87CJ41; 2) Gold Level Support for the following Power Vault equipment: Power Vault 132T LT02 - Service Tag BT63N41; Power Vault 136T LT02 - Service Tag 5N3TX51. The period of performance is for two years starting from date of award through October 2009. Responding offerors must be authorized by Dell to provide the required Gold Level Support maintenance. The resulting order shall be a negotiated on a firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements which includes written authorization from Dell stating the vendor is authorized to provide the required maintenance; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-19. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-l, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. The Government may award a purchase order resulting from this solicitation to the responsible offeror conforming to the solicitation which will be most advantageous to the Government, price and other factors considered. FAR 52-212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addendum to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website (www.ccr.gov). All responsible sources may respond to this combined synopsis/solicitation with a quotation addressed to Sandra Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7167, Silver Spring, Maryland 20910, to be received no later than 1:00 p.m., September 06, 2007. Responses may be faxed to 301-713-0806 or emailed to Sandra.K.Souders@noaa.gov. Responses must be no more than 6 pages. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Record
SN01390343-W 20070901/070830220521 (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.