Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

D -- Dell Maintenance for Dell/EMC CX 340 and CX700 systems - DG133E-09-RQ-0670 - Evaluation Criteria

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E-09-RQ-0670
 
Archive Date
7/31/2009
 
Point of Contact
Jay S Parsick, Phone: 301-713-3478 ext. 173, Greg Davies, Phone: 301-734-3478 x142
 
E-Mail Address
jay.parsick@noaa.gov, Greg.Davies@noaa.gov
(jay.parsick@noaa.gov, Greg.Davies@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Solicitation No. DG133E-09-RQ-0670 COMBINED SYNOPSIS/SOLICITATION FOR Maintenance Services for Dell/EMC Equipment/Systems DG133E-09-RQ-0670 The National Oceanic and Atmospheric Agency (NOAA) located in Silver Spring, MD is planning to purchase Maintenance for Dell/EMC CX 340 and CX700 systems including their attached network switches. The contract will be firm-fixed price. The anticipated award date is July 2009. This action is a total small business set aside. The NAICS code for this action is 541513; size standard is $25 Million. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 action is issued as a request for quotation. The solicitation number is DG133E-09-RQ-0670. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33. This process is being conducted under the test procedures for the procurement of commercial items under the authority of FAR 13.5. Maintenance Services are requested for the Dell/EMC CX 340 and CX700 systems including their attached network switches listed below are to be priced by contractors: Specifications of Dell/EMC Maintenance needed Items below are to be covered under this maintenance agreement; Base Year: 1. 7JBCR71 Dell/EMC CX700 BY0P341 Dell/EMC,16-32Pt,Brcd,SWT 9S5QN81 Dell/EMC CX700 JDMXR71 Dell/EMC,Brcd,FC4,16-32,P FDMXR71 Dell/EMC,Brcd,FC4,16-32,P 7WKCS81 Dell/EMC,CX3-40,R,Sledgeh BTPXR71 Dell/EMC,16-32,Brcd,R,SW D1LCS81 Dell/EMC,CX3-40,R,Sledgeh 9SHXR71 Dell/EMC,Brcd,FC4,16-32,P Cost Per Year $__________. Option Year 1: 1. 7JBCR71 Dell/EMC CX700 BY0P341 Dell/EMC,16-32Pt,Brcd,SWT 9S5QN81 Dell/EMC CX700 JDMXR71 Dell/EMC,Brcd,FC4,16-32,P FDMXR71 Dell/EMC,Brcd,FC4,16-32,P 7WKCS81 Dell/EMC,CX3-40,R,Sledgeh BTPXR71 Dell/EMC,16-32,Brcd,R,SW D1LCS81 Dell/EMC,CX3-40,R,Sledgeh 9SHXR71 Dell/EMC,Brcd,FC4,16-32,P Cost Per Year $__________. Requirements: Contractor will analyze the systems for overall health and provide software and system updates and upgrades. They will also provide how-to assistance for configuring or installing NAS components through our Enterprise Assistance program. During the systems health check contractor will evaluate the systems, perform testing, and provide a report on the systems health. Associated system components include but not limited to switches, disk drives, and DAE's enclosures. Contractor will validate configuration documentation, report on how well your storage capabilities are keeping pace with your needs and make recommendations on how your NAS can better serve you. As part of the service contractor will recommend hardware and software upgrades that keep your NAS systems bandwidth and capacity matched to your evolving environment. This NAS Maintenance is a necessary step to ensure our storage environment has maximum uptime and optimal performance. The NAS Maintenance service normally takes approximately 2-3 weeks to reach an actual delivery date; however, there will not be any down time until the delivery phase of the process. The down time is based upon your configuration and an engineer will be able to provide an estimate during the analysis phase. We can schedule the delivery on the date of your choice (weekday, weekend or after hours--whatever works best for your maintenance window). There isn't a charge for weekend work. Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. 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. Contracting Officer shall make a best value award decision based on the following evaluation factors: Quotes will be evaluated against the requirements of the RFQ and in accordance with the evaluation criteria set forth below to determine the Offeror's demonstrated ability to perform the services required. General statements such as "the vast resources of our nationwide company will be used to perform the services required by the Statement of Work" are not sufficient. The Offeror shall clearly address each element of the proposal. Any proposal failing to address all of the elements may be considered indicative of the Offeror's lack of understanding in response to the Government's requirements and may be considered unacceptable. quote submittals will be reviewed, evaluated, and rated using a color evaluation method. Quotes will be scored using a rating scale of: Green (Acceptable), Yellow (Marginal), and Red (Unacceptable). Attached herein is a more detailed definition of each of the color scoring factors. Past performance is to be reported as part of proposal based on similar maintenance services conducted in a federal or DOD environment during the last three years. The contracting officer will make a best value award decision weighing the technical merits of the proposed maintenance on Dell/EMC CX 340 and CX700 systems including their attached network switches solution together with past performance as well as the overall price. Technical solution and past performance, when combined, are significantly more important than price, and the contracting officer may trade off price for higher rated maintenance on Dell/EMC CX 340 and CX700 systems including their attached network switches system and make award to other than the lowest priced offeror to establish a best value for the Government. The contracting officer reserves the right to award without discussions. No phone calls or emails. Note the due date for This RFQ is July 16, 2009 at 1 PM EST.The Government reserves the right to make an award without discussions. Offerors shall complete their annual representations and certification at http://orca.bpn.gov and complete paragraph. (b) of 52.212-3 or, if annual certifications not completed, complete and sign para (c) through (m) of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2008), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (SEPT 2006); FAR 52.219.8, Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities (FEB 2008); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003), Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following Commerce Acquisition Regulation apply to the Acquisition: CAR 1352.201-70 Contracting Officer's Authority (MAR 2000), CAR 1352.201-71 Contracting Officer's Technical Representative (COTR) (FEB 2005), CAR 1352.208-70 Print (MAR 2000), CAR 1352.209-72 Restrictions Against Disclosure (MAR 2000), 1352.209-73 Compliance with the Laws (MAR 2000), CAR 1352.233-70 Harmless from Liability (MAR 2000), 1352.252-70 Regulatory Notice (MAR 2000). Commerce Acquisition Clauses provisions can be obtained at http://oamweb.osec.doc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133E-09-RQ-0670/listing.html)
 
Place of Performance
Address: 5200 Auth Road, Room 701, Camp Springs, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN01863744-W 20090703/090702003408-cb2d72b9f387fff4a99597e653764da9 (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.