Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

J -- Extend Warranties on SANs Equipment - EMC Maintenance 2010-1 YR

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
ACCExtendWarrSANsJun7-2010
 
Archive Date
7/3/2010
 
Point of Contact
SHELLEY DAVIS, Phone: 7572257713, LaTisha A. Ross, Phone: 7577649435
 
E-Mail Address
shelley.davis@langley.af.mil, latisha.ross@langley.af.mil
(shelley.davis@langley.af.mil, latisha.ross@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This spreadsheet is provided for you to input your prices, in accordance with paragraphs 6 a and b of the synopsis. COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This requirement is set aside for small business concerns only. This combined synopsis/solicitation is issued as a request for quotation (RFQ). Request is for "Equal to or better than". If providing an "equal to" item, the quote must state the items are an "equal to" and the prospective offeror has the responsibility to ensure that any "equal to" items proposed are bonafide or equal to the items requested, and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their "equal to". The solicitation document, and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-41, 13 May 2010. The government requires "Equal to or better than" to the following: the purchase of extended warranties on existing EMC DMX SANs equipment (listed below) currently located at Offutt AFB and Langley AFB. All responsible sources offering "Equal to or better than" warranties may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212.3. The North American Industry Classification System (NAICS) code for this requirement is 811212. The small business size standard is $25,000,000.00. 1. Description: The SANs equipment was purchased 8/27/2007. The warranty extensions will be 1 year beginning: Offutt AFB: 2 Jul 2010; Langley AFB: 24 Sep 2010. Manufacturer // QTY // Part # Being Covered // Description EMC // 1 // DMX3-DBDR-3D // DMX3 DRV BAY DCON 3D - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-SYS24-3D // DMX3 24 SLOT SYS BAY 3D - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-2DAPAIR // DMX3 DISK DIR 2 PAIR - PREMIUM HARDWARE SUPPORT EMC // 63 // DMX2G103001B // 300GB 10K 296.91GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 287 // DMX2G101461B // 146GB 10K 144.81GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 8 // SB-15-DCH // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT EMC // 16 // SB-15-DIR // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-DBDC-3D // DMX3 DRV BAY DACHN 3D - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-M9-16GB // DMX3 16GB MEM DIR - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-M9-32GB // DMX3 32GB MEM DIR - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-PWRMOD // DMX3 PWR MOD 24 SYS - PREMIUM HARDWARE SUPPORT EMC // 6 // DMX-ACON3P-50 // AC CONNECTOR 3 PHASE - PREMIUM HARDWARE SUPPORT EMC // 6 // SB-BBU // STOR BAY BATTERY BACK-U - PREMIUM HARDWARE SUPPORT EMC // 4 // DMX3-80000 // DMX3 8PT FC DIR 8M0S - PREMIUM HARDWARE SUPPORT EMC // // DISK RETENTION// DISK RETENTION EMC // 50 // CC-SYMPK-C04 // SYMM PKG 1TB (41-60TB) - PREMIUM SOFTWARE SUPPORT EMC // 1 // CC-SYMPK-BASE // SYMM PKG BASE LICENSE - PREMIUM SOFTWARE SUPPORT EMC // 1 // DMX3-SYS24-3D // DMX3 24 SLOT SYS BAY 3D - PREMIUM HARDWARE SUPPORT EMC // 168 // DMX2G101461B // 146GB 10K 144.81GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 4 // DMX2G101462B // 146GB 10K 144.81GB MIRR - PREMIUM HARDWARE SUPPORT EMC // 16 // DMX2G103001B // 300GB 10K 296.91GB ONEDRV - PREMIUM HARDWARE SUPPORT EMC // 4 // DMX2G103002B // 300GB 10K 296.91GB MIRR - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-M9-8GB //DMX3 8GB MEM DIR - PREMIUM HARDWARE SUPPORT EMC // 6 // SB-BBU // STOR BAY BATTERY BACK-U - PREMIUM HARDWARE SUPPORT EMC // 1 // DMX3-4DAPAIR // DMX3 DISK DIR 4 PAIR - PREMIUM HARDWARE SUPPORT EMC // 8 // DMX3-00040 // DMX3-4PT FICON DIR 4M - PREMIUM HARDWARE SUPPORT EMC // 12 // DMX3-PWRMOD // DMX3 PWR MOD 24 SYS - PREMIUM HARDWARE SUPPORT EMC // 2 // DMX3-DBDR-3D // DMX3 DRV BAY DCON 3D - PREMIUM HARDWARE SUPPORT EMC // //DISK RETENTION // DISK RETENTION EMC // 1 // CC-SYMPK-BASE // SYMM PKG BASE LICENSE - PREMIUM SOFTWARE SUPPORT EMC // 29 // CC-SYMPK-C03 // SYMM PKG 1TB (26-40TB) - PREMIUM SOFTWARE SUPPORT EMC // 8 // SB-15-DCH // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT EMC // 16 // SB-15-DIR // STOR BAY 15SLT DR ENCL - PREMIUM HARDWARE SUPPORT 2. Salient Characteristics: Premium Hardware/Software Maintenance 365 days a year with 24 hour phone support and 4 hour on site service 3. Delivery: 21 Jun 2010 FOB: Destination 4. Evaluation: Award will be made to lowest priced offerors that will provide all required items as "Equal to or better than". 5. Delivery location: Mr David McClenney, ACC/A6O, 180 Benedict Ave, Langley AFB VA 23665 6. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial Interested offeror must complete the attached spreadsheet to include all pricing. Total contract price will be calculated by adding all items on the list. b. 52.212-2 Evaluation - Commercial Items Evaluation will be based on the following factors: Lowest price meeting "equal to or better than" technical specifications. Total contract price will be calculated by adding all items on the list. Failure to comply with "equal to or better than" requirements will result in offer being determined as unresponsive and will not be considered for award. Additionally, failure to provide pricing of all items as required on attachment 1, will result in offer being determined as unresponsive and will not be considered for award. c. 52.212-3 Offeror Representations and Certifications. Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions - Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. f. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) g. 52.247-34 F.O.B. Destination h. 52.252-1 Solicitation Provisions Incorporated by Reference i. 52.252-2 Clauses Incorporated by Reference j. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items k. 252.232-7003 Electronic Submission of Payment Requests l. 252.246-7000 Material Inspection and Receiving Report m. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Eric Thaxton, (757) 574-5371, 129 Andrews St. Langley AFB, VA, eric.thaxton@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 7. Vendor quotes should be valid for at least 30 days from close of this announcement. All questions related to this posting must be forwarded, in writing, to Contract Manager, Ms. Shelley Davis, 757-225-7713 shelley.davis@Langley.af.mil or Ms LaTisha Ross, 757-764-9435, latisha.ross@langley.af.mil. Quotes will be accepted via email only NLT 18 June 2010, 2:00 PM Eastern Standard Time. Recommend that you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/ACCExtendWarrSANsJun7-2010/listing.html)
 
Place of Performance
Address: 55 CS/SCXSA, Bldg 301D Area 18, Offutt AFB NE 68113-2040;, HQ ACC/A6O, 180 Benedict Ave, STE 210, Langley AFB VA 23665, , United States
 
Record
SN02176691-W 20100616/100614234513-f301628eec041686769306c3a426c10c (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.