MODIFICATION
D -- NETWORK APPLIANCE SERVICE SUPPORT FOR NORAD/NORTHCOM
- Notice Date
- 2/25/2008
- Notice Type
- Modification
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
- ZIP Code
- 80914-1385
- Solicitation Number
- FA251708-T-6044
- Response Due
- 2/28/2008
- Archive Date
- 3/14/2008
- Point of Contact
- Steven Butler, Contract Specialist, Phone 719-556-8763, Fax 719-556-4538
- E-Mail Address
-
steven.butler@peterson.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) This solicitation, FA2517-08-T-6044, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. (iv) This acquisition is FULL AND OPEN COMPETITON. The NAICS code is 5411511. (v) The following commercial items are being requested in this solicitation: This information applies to CLIN 0001 and CLIN 0002 Colorado Springs USA 80914 Model: FAS270; # of Systems: 1; Total # of Heads: 1 Total # of Shelves: 2; Software License Capacity: Node Disk1: 144 GB/10K; # of shelves disk1: 2 Protocols: CIFS, iSCSI, NFS Software Options: OSSV (W=5,O=10,U=5), SME, SVS, SnapRestore Serial # : 3047008 CLIN 0001 Part Number-CS-SEC-NBDD, SE Secure,Next Bus Day Parts Delivery - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 1 CLIN 0002 Part Number-CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS270Post-Warranty Mths:12Begin:3/1/2008 Quantity 1 This information applies to CLIN 0003 and CLIN 0004 Colorado Springs USA 80914 Model: FAS270; # of Systems: 1; Total # of Heads: 1 Total # of Shelves: 2; Software License Capacity: Node Disk1: 144 GB/10K; # of shelves disk1: 2 Protocols: CIFS, iSCSI, NFS Software Options: OSSV (W=5,O=10,U=5), SVS, SnapRestore Serial # : 3047095 CLIN 0003 Part Number-CS-SEC-NBDD, SE Secure,Next Bus Day Parts Delivery - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 1 CLIN 0004 Part Number-CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 1 This information applies to CLIN 0005 and CLIN 0006 Colorado Springs USA 80914 Model: FAS270; # of Systems: 7; Total # of Heads: 7 Total # of Shelves: 14; Software License Capacity: Node Disk1: 144 GB/10K; # of shelves disk1: 2 Protocols: CIFS, iSCSI, NFS Software Options: OSSV (W=5,O=10,U=5), SME, SVS, SnapRestore Serial # : 3047351 Serial # : 3047350 Serial # : 3047349 Serial # : 1078022 Serial # : 3047347 Serial # : 3047346 Serial # : 3047345 CLIN 0005 Part Number-CS-SEC-NBDD, SE Secure,Next Bus Day Parts Delivery - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 7 CLIN 0006 Part Number-CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 7 This information applies to CLIN 0007 and CLIN 0008 Colorado Springs USA 80914 Model: FAS270; # of Systems: 2; Total # of Heads: 2 Total # of Shelves: 4; Software License Capacity: Node Disk1: 144 GB/10K; # of shelves disk1: 2 Protocols: CIFS, iSCSI, NFS Software Options: OSSV (W=5,O=5,U=5), SME, SVS, SnapRestore Serial # : 3050337 Serial # : 3050336 CLIN 0007 Part Number-CS-SEC-NBDD, SE Secure,Next Bus Day Parts Delivery - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 2 CLIN 0008 Part Number-CS-R-NRD-FEE, Non-Returnable Disk Fee,Renewal - FAS270Post-Warranty Mths:12 Begin:3/1/2008 Quantity 2 (vi)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government Reserves the right to award on multiple award or an all or none basis. All vendors must be registered in Wide Area Workflow at the time of bid submittal. All firms must be registered in the Central Contractor Registration Database @ www.ccr.gov in order to be considered for award. (vii) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Bids will be evaluated on the basis of price. Lowest quote will be given award. (viii) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, is applicable to this acquisition. All vendors must be registered in ORCA at the time of Quote submittal. (ix) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. a)52.222-3 Convict Labor; b)52.222-21 Prohibition of Segregated Facilities; c)52.222-26 Equal Opportunity; d)52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; e)52.222-36 Affirmative Action for Workers with Disabilities; f)52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; g)52.225-13 Restrictions on Certain Foreign Purchases; h)52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; i)52.222-41 Service Contract Act of 1965, as Amended; j)52.222-42 Statement of Equivalent Rates for Federal Hires (xiii) The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232-7003 Electronic Submission of Payment Requests; 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor access to Air Force installations; 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel. (xi) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xii) Numbered Notes are not applicable (xiii) Quotes are required to be received no later than 12:00 p.m. Wed, February 28, 2008 by 21 CONS. (xiv) All Quotes must be sent to Steven E. Butler. Email steven.butler@peterson.af.mil Point of Contact: Steven E. Butler, Contract Specialist, Phone: 719-556-8763, Fax: 719-556-4538, Email: steven.butler@peterson.af.mil Place of Performance Address: Peterson AFB, Colorado Springs, CO Postal Code: 80914 Country: UNITED STATES NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA251708-T-6044/listing.html)
- Place of Performance
- Address: 135 DOVER STREET, SUITE 1055 PETERSON AFB, COLORADO SPRINGS, CO
- Zip Code: 80914-1299
- Country: UNITED STATES
- Zip Code: 80914-1299
- Record
- SN01516558-F 20080227/080225231521 (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 |