Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

99 -- EMC CLARIION (SAN) CCPM ANNUAL RENEWAL - Attachmnets 1 & 2

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
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-NH-11-Q-0001
 
Archive Date
10/7/2010
 
Point of Contact
Renie Wallace, Phone: (301)837-3432
 
E-Mail Address
renie.wallace@nara.gov
(renie.wallace@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Part 6 Complete Combined Synopsis Solicitation for EMC Clariion Support 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 FAR 11.105 instructions for use of "items peculiar to one manufacturer" purchase descriptions. This announcement constitutes the only solicitation; a "Brand Name" firm fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is NAMA-NH-11-Q-0001) 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 2005-43 effective August 2, 2010. COMPETITION, EVALUATION, AND PURCHASE ORDER TYPE: This is a "Brand Name" requirement under NAICS 541519. The Government reserves the right to issue a purchase order on the initial quote without discussions of this procurement. Evaluation and order issuance will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. The order will be issued to the Vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this competition 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 REQUIRES THAT ALL OF THE EMC CLAIION (SAN) CCPM ANNUAL RENEWAL PRODUCTS BE PURCHASED FROM "AUTHORIZED/CERTIFIED EMC VENDOR'S ONLY". ANY AND ALL VENDORS SUBMITTING QUOTES SHALL PROVIDE PROOF OF AUTHORIZATION FROM EMC. 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. The following types of software products within this solicitation are required to be IPv6 compliant, all operating systems and all server interface software packages. The following types of software products within this solicitation are required to be compliant with Section 508, operating systems and business productivity software. 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 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: 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 unless otherwise agreed upon by the parties: NARA - AII; 8601 ADELPHI 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. All questions must be received via email to renie.wallace@nara.gov no later than 1:00 pm ESY on September 17, 2010. SUBMISSION OF QUOTATIONS: Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Renie Wallace - Buyer, 8601 Adelphi Road, Room 4400, College Park, MD 20740-6001 or e-mailed to: renie.wallace@nara.gov. Quotations should be received by 1:00 PM EST on September 22, 2010. 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. The requirement is for EMC Clariion Continuous Coverage Product Maintenance (CCPM). This is for support only as, NARA already owns the products. A base year and one (1) option years is requested with the period of performance to be as follows: base year beginning October 1, 2010 through September 30, 2011 with one (1) option years October 1, 2011 through September 30, 2012. This will be a firm fixed price contract. This requirement is issued under the authority of FAR 6-302-1(c) "Only one responsible source and no other supplies or services will satisfy the agency requirement - Brand name description." REQUIREMENT: BASE YEAR; Item No. 0001, EMC CLARIION (SAN) CCPM ANNUAL RENEWAL for Equipment Serial #s: APM00052504074; APM00052504076; JAB091202WZ; JAB09140172; FOX084204TP and FOX084904D9 OPTION YEAR 1; No. 0002, EMC CLARIION (SAN) CCPM ANNUAL RENEWAL for Equipment Serial #s: APM00052504074; APM00052504076; JAB091202WZ; JAB09140172; FOX084204TP and FOX084904D9 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 (Apr 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); 52.222-3 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); 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); 52.222-54 Employment Eligibility Verification (Jan 2009); 52.225-5 Trade Agreements (Aug 09); 52.225-13 Restriction on Certain Foreign Purchases (Jun 08); 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); 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision); 52.217-8 Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 45 days. (End of clause); 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days [before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 Months or 3 Years. (End of Clause); 52.225-6 Trade Agreements Certificate (Jan 2005) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. (End of provision).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-NH-11-Q-0001/listing.html)
 
Place of Performance
Address: 8601 Adelphi Rd, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02284035-W 20100917/100916001010-2547c7fcd3a7dc8231d830947a7adf2e (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.