Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
MODIFICATION

70 -- Tape Library - Amendment 1

Notice Date
3/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-10-Q-0026
 
Archive Date
3/20/2010
 
Point of Contact
Charles Cunningham, Phone: 301-837-3160
 
E-Mail Address
charles.cunningham@nara.gov
(charles.cunningham@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Amendment is to add the requirement for, Windows Server 2003 Enterprise software, to the list of Additional Salient Characteristics listed in the attached. Vendors are required to sign and return a copy of this Amendment with the quotation. This is a combined synopsis/solicitation issued for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13 Simplified Acquisition Methods, as supplemented with additional information included in this notice and in accordance with FAR11.104 use of “brand name or equal” purchase descriptions. This announcement constitutes the only solicitation; a “Brand Name or Equal” firm fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is NAMA-10-Q-0026 and is issued as a request for quotation (RFQ); quotations furnished are not offers. This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFQ must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective February 1, 2010. COMPETITION, EVALUATION, AND CONTRACT TYPE: This is a “Brand Name or Equal”, 100% small business set-aside requirement under NAICS 334112 with a size standard of 1,000 employees. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the offeror whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this award will be obtained through a lowest priced technically acceptable evaluation. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined below. The Government will only accept commercial-off-the-shelf items. Vendors must submit itemized specifications that address the enumerated requirement of the Salient Characteristics (attachment 1) for each proposed item to facilitate a comprehensive Government evaluation. AFFIRMATION STATEMENTS: It is the Vendor's responsibility to ensure that NARA is not provided counterfeit products. In the event that such IT products are determined to be counterfeit, NARA will seek all available legal remedies, including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. Vendors must confirm in their quote that all products quoted meet the Energy Star® or Federal Energy Management Program (FEMP) energy use requirements. All items quoted must be IPv6 compliant. The products comprising this requirement are required to be compliant with Section 508. Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must complete and return Enclosure 1, RFQ Information Sheet, in order for their quotations to be considered. REQUIREMENTS: All delivery costs must be included in the total firm-fixed price quote. NARA requires that all products be purchased from “Original Equipment Manufacturer (OEM) Authorized/Certified Vendor’s Only”. Proof of authorization and equipment support from the OEM including verification that all OEM products are certified new, non-refurbished, and authentic must be in the form of a letter signed by an authorized OEM official and must be included as part of the Quotation package. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - AII; 3301 METZEROTT RD, COLLEGE PARK, MARYLAND 20740-6001 no later than 30 calendar days after issuance of the order. Failure to deliver in a timely manner could result in termination. SUBMISSION OF QUOTATIONS: Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Charles Cunningham – Contractor Support, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: charles.cunningham@nara.gov. Quotations should be received by 12:00 PM ET on March 5, 2010. Questions regarding this solicitation must be submitted in writing to Ms. Charles Cunningham no later than 3:00 PM ET on March 2, 2010 to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed. CONTRACT LINE ITEMS (CLIN) REQUIRED: “Brand Name or Equal”---NARA will evaluate “equal” items in accordance with the specifications in order to determine technical acceptability. 0001 HP MSL4048 LTO-4 Ultrium 1760 SAS Tape Library (AK380A) or equal. IAW attached Salient Characteristics QTY: 1 each $____________ Delivery: no later than 30 calendar days after issuance of the order. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price contract and associated delivery order: FAR 52.212-1 Instructions to Offerors—Commercial Item(Jun 08); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (Aug 09)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4 Contract Terms and Conditions—Commercial Items (Mar 09); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Feb 10). The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06) w/Alternate I (Oct 95); 52.219-6 Notice of Total Small Business Set-Aside (Jun 03); 52.219-28 Post Award Small Business Program Representations (Jun 07); 52.222-3 Convict Labor (Jun 03); 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities (Feb 99); 52.222-26 Equal Opportunity (Mar 07); 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 04); 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); 52.225-18, Place of Manufacture (Sept 2006): (a) Definitions. As used in this clause— “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States; 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02); 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 03); 52.232-36 Payment by Third Party (Feb 10); 52.233-3 Protest After Award (Aug 96); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04); and 52.239-1 Privacy or Security Safeguards (Aug 96). ENCLOSURE 1, RFQ Information Sheet Vendors that do not provide the required information will not be considered for receipt of the order. Statutory/Regulatory Compliance ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____? IPv6 COMPLIANT: YES____ or NO_____? SECTION 508 COMPLIANT: YES_____ or NO____? Specific Terms, Conditions, and Administrative information PAYMENT TERMS: DELIVERY DATE: NAME AND ADDRESS OF QUOTER: ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE): FAX NUMBER: E-MAIL ADDRESS: ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER: DUNS: Contractor Certification : [By signing the Vendor acknowledges that the information provided in response the this RFQ is correct.] NAME AND TITLE OF SIGNER: DATE OF QUOTATION: SIGNATURE OF PERSON AUTHORIZED TO SIGN: ATTACHMENT 1, Salient Characteristics Salient Characteristics *ALL PRODUCTS MUST MEET THE ENERGY STAR OR FEDERAL ENERY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENTS. ALL PRODUCTS MUST BE IPv6 (Internet Protocol Version 6) AND SECTION 508 COMPLIANT. ALL PRODUCTS MUST BE PURCHASED FROM “Original Equipment Manufacturer (OEM) Authorized/Certified Vendor’s Only”. “Brand Name or Equal” Salient Characteristics: Tape Library Specifications • Rack Mountable Standard rack size • Horizontal Orientation Compatible with: HP DL380 G6 custom config server w/LFF drive cage; P/N: 516919 • Supports bar code reader Expandable • Firmware updates available Supports SAS, SCSI, FC Supports both remote web and operator panel user interface • Appropriate Adapter Card A SAS, SCSI or FC adapter card will be required for connectivity depending on tape system • Tape media LTO04-Ultrium 1760 tape drive 2each • Number of slots 48 slots • Max capacity 76.8 TB compressed (2:1) rate • Max sustained transfer rate Up to 1.1 TB/hr compressed (2:1) rate • Form factor 4U • Interface 3Gb/sec SAS interface • Encryption Encryption Activation • Hardware Support 3 years Basic Hardware Warranty Repair: Onsite support and ship replacement unit before sending defective one • Installation Services Tape Library Remote Configurations Assistance Additional Salient Characteristics • Minimum 16 slots or more - must be capable of supporting backups from two separate servers • Windows Server 2003 Enterprise • Backing up 2 servers • 3 years - 24x7 NBD support ATTACHMENT 2 Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4) ADDITIONAL TERMS AND CONDITIONS I. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this contract is: Charles Cunningham, Contractor Support Telephone: (301) 837- 3160 Email: charles.cunningham@nara.gov II. MARK FOR INFORMATION Vendor must include the following information clearly on shipping container address label: Award Number: ____ (PIID) _____________ Accepting POC: ____ (NAME) ___________, Code _________ Room: ________ III. INVOICE SUBMISSION REQUIREMENTS A. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid B. If electronic invoices are not possible original invoices shall be sent to: (1)ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 (2)One copy to the Contract Specialist (identified above). (3)One copy to the COR/TPOC: TBD National Archives and Records Administration Attn: _________, Code ___________ Room _______ 8601 Adelphi Road College Park, MD 20740-6001 Email: ______________@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-7000 C. The Vendor's invoice shall include the following information and/or attached documentation: (1) Name of the business concern and invoice date; (2) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (4) Payment terms; (5) DUNS number; (6) Taxpayer's Identification Number (TIN); (7) Government Fund Cite; and (8) Government Organization ordering the items D. All invoices for services must be submitted on a monthly basis. E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-10-Q-0026/listing.html)
 
Place of Performance
Address: 8601 Adelphi Rd, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02079227-W 20100303/100301234818-c3198ad1149c00f8116a090ec93b619f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.