Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

70 -- Dell Server SAN with miSAN iSCSI storage appliance

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
NFFKST60-10-17495
 
Archive Date
9/22/2010
 
Point of Contact
Gina E Lee, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKST60-10-17495 is issued as a request for quotation. The North American Industry Classification System Code (NAICS) is 423430 and size standard of 100. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Science Information Division has a requirement to procure Dell Server SAN with miSAM iSCSI storage appliance: 4+1 GbE ports, 8GB SAN controller cache; USB and eSATA ports; two miniSAS device/host ports; cold spare disk; rack mount kit; two year warranty with Express Depot expedited service; SANDR disk management suite: unlimited snapshots with deduplication, unlimited LUNs with dynamic expansion, support for multi-directional WAN replication and high availability pairs, SNMP alerts, removable disk and tape backup features. 12TB SATA-II 7.2 drives, 12 bay, 3U (raw capacity); and Optional annual maintenance upgrade for Priority Exchange advance replacement service. Replacement is typically shipped by end of next business day after Technical Support has diagnosed a hardware problem. The original unit is to be returned at the same time, so the units cross ship in transit. The Period of Performance is Date of Award through September 30 2010. Offerors proposing to furnish ‘equal' services shall insert the following description for the product: Manufacturer's Name; Address; Product name and Catalogue Description. Offerors shall be responsible for submitting all additional information on the above service necessary for the Government to determine whether it meets the salient specifications of the 'brand name' as listed in the solicitation. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Representative, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than September 7, 2010 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKST60-10-17495/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02251183-W 20100825/100823235236-72818fd7ca4a87ec18093ddeae488713 (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.