Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

J -- 12 month service/maintenance

Notice Date
10/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
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, Maryland, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM157109T0001
 
Archive Date
11/14/2008
 
Point of Contact
Gregory E Laws,, Phone: 301-227-7844
 
E-Mail Address
Gregory.E.Laws@nga.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for NetApp maintenance 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as HM157109T0001. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-27. This solicitation is a Small Business set-aside with the NAICS CODE: 811212. This requirement contains 7 line items. The line item descriptions are as follows: CLIN 0001 QTY = 7 each. (Part # SW-SSP-DFM-RENEW-OPSMGR) SW Subs, Operations Manager, Renewal- 12 Months serial # 150009018 CLIN 0002 QTY = 2 each. (Part # CS-R-NRD-FEE) Non-Returnable Disk Fee, Renewal-Fas270C Serial # 311367911 Serial # 311367922 CLIN 0003 QTY = 2 each. (Part # CS-SEC-4HR) SE Secure for Gvt, 7x24, 4hr Onsite – FAS270C. 12 months Serial # 311367922 Serial # 311367911 System Details: Model: FAS270C; # of Systems: 1 Total # of Heads: 2 Total # of shelves: 2; Software License Capacity; Node Disk 1: 500GB 7.2K ATA; # of shelves disk 1: 2 protocols: ISCSI, NFS Software Options: SnapMirror CLIN 0004 QTY = 2 each. (Part # CS-R-NRD-FEE) Non-Returnable Disk Fee, Renewal – FAS3070A 12 months Serial # 3087286 Serial # 3087287 CLIN 0005 QTY = 2 each. (Part # CS-SEC-4HR) SE Secure for Gvt, 7x24, 4hr Onsite – FAS3070A 12 months Serial # 3087286 Serial # 3087287 System Details: Model: FAS3070A; # of Systems: 1; Total # of Heads: 2 Total # of Shelves: 32; Software License Capacity: Node Disk 1: 300 GB/10K; Disk 2: 500GB 7.2K ATA; # of shelves disk 1:12; # of shelves disk 2: 20 Protocols: ISCSI, NFS Software Options: SVP CLIN 0006 QTY = 2 each. (Part # CS-R-NRD-FEE) Non-Returnable Disk Fee, Renewal – FAS3070A 12 months Serial # 3087288 Serial # 3087289 CLIN 0007 QTY = 2 each. (Part # CS-SEC-4HR) SE Secure for Gvt, 7x24, 4hr Onsite – FAS3070A 12 months Serial # 3087288 Serial # 3087289 Model: FAS3070A; # of Systems: 1; Total # of Heads: 2 Total # of Shelves: 12; Software License Capacity: Node Disk 1:144 GB/10K; # of shelves disk 1: 12; Protocols: ISCSI, NFS Software Options: SVP, SVS, SnapMirror **All offerors must be authorized to perform maintenance on NetApp equipment. Delivery Location: NGA Washington Navy Yard, Washington DC PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offertory - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offertory Representations and Certifications - Commercial Items, applies to this solicitation and the offertory must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. 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), Proposals are due by 30 October 2008, 1100 am, Eastern Standard Time (EST) to Gregory Laws, Email: lawsg@nga.mil. No telephone responses will be accepted. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Prompt Payment Terms, Date offer expires, Line item unit price, Total cost, and authorization letter to perform maintenance on NetApp equipment. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical capability and price.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82729212b468cca99016d75cb3b39c58&tab=core&_cview=1)
 
Record
SN01694980-W 20081024/081022214857-82729212b468cca99016d75cb3b39c58 (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.