Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

D -- EMC Storage Area Network (SAN) Supplies and Services - Attachment D - Additional Terms and Conditions - Justification - Attachment C - CLIN 003 - Attachment B - CLIN 002 - Attachment A - CLIN 001

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Commodity Futures Trading Commission, Office of Financial Management-Procurement, Procurement Operations and Policy, Three Lafayette Centre, 1155 21st Street, N.W., Washington, District of Columbia, 20581
 
ZIP Code
20581
 
Solicitation Number
CFIT-11-SO-0114
 
Archive Date
6/28/2011
 
Point of Contact
Nick D Graham, Phone: (202) 418-5191
 
E-Mail Address
ngraham@cftc.gov
(ngraham@cftc.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A - CLIN Attachment B - CLIN 002 Attachment C - CLIN 003 Justification Attachment D - Additional Terms and Conditions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is a Request for Quote (RFQ) and the solicitation number is CFIT-11-SO-0114. This solicitation is also issued under FAR Subpart 13.5, Test Program for Certain Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 effective May 16, 2011. This procurement is not a set-aside. All responsible sources may submit a quotation. The NAICS code for this acquisition is 541519 with a small business size standard of $25.0 million. The Government intends to award one contract resulting from this solicitation This is a brand name requirement for EMC supplies and services and alternative products will not be considered. Description of Requirement: CFTC currently has an EMC DMX-4 purchased in 2008 and an EMC V-MAX purchased in 2010. CFTC also has onsite EMC Residency support for SAN operations. The purpose of this solicitation is to renew hardware and software maintenance for existing EMC storage equipment and to extend onsite EMC Residency services. In addition, CFTC will purchase upgrades for existing equipment. Specifically, the following CLINs are included in this solicitation: CLIN 001 - renewal of hardware and software maintenance for the DMX-4 and V-MAX for the period 3/26/2011 through 3/25/2012 as described in Attachment A; CLIN 002 - EMC Residency onsite services (one FTE) for the period 7/1/2011 through 3/25/2012 as described in Attachment B; and CLIN 003 - equipment upgrades as described in Attachment C. EMC Residency Services must be provided by EMC and shall be performed by an EMC certified engineer who is qualified to perform the services described in Attachment B. All items shall be factory new and shall not be used or refurbished equipment. The period of performance will be from 3/26/11 through 3/25/12. All deliverables shall be shipped F.O.B. Destination. Quotation Instructions/Evaluation: The provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is also applicable to this procurement. The specific evaluation criteria to be included in paragraph (a) of that provision are: (1) qualifications of the proposed EMC Resident; and (2) price. The evaluated price will be the sum of the price for CLIN 001, CLIN 002 and CLIN 003. The total price for CLIN 002 shall be the price for the estimated level of effort (1,400 hours). From the standpoint of the relative importance of price to the technical criterion, the technical criterion is significantly more important than price. However, as the merit of technical factors in competing quotations approaches equality, price will become increasingly more significant as an evaluation factor. Provisions/Clauses: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, are applicable to this acquisition. The following FAR clauses cited in FAR 52-212-5 are also included: FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration ; and FAR 52.239-1, Privacy or Security Safeguards. Additional clauses to be included in the contract are described in Attachment D to this combined synopsis/solicitation. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/. Information to be provided in Quote: In addition to instructions provided in FAR 52.212-1, quotations must include the pricing details for each CLIN, including unit and extended pricing for each item within each CLIN. Quotes for CLIN 002 shall be based on an estimated 1,400 labor hours. The actual number of hours for this CLIN may be more or less than that amount. Quotes for CLIN 001 and CLIN 003 shall use the pricing format provided in Attachments A and C, respectively, or another format that clearly sets forth the same pricing details. Quotations shall include a resume for the Resident proposed for CLIN 002. The resume must demonstrate the experience and other qualifications necessary to successfully perform the work. Quotations must include a completed FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representation and certificates electronically at http://orca.bpn.gov). Registration in the CCR database at http://www.ccr.gov prior to award is required. Lack of registration in the CCR database will make an offeror ineligible for award. Quotations must include all items listed in this solicitation. Quote Due Date and Time: Quotes are due no later than 4:00 PM EDT on June 13, 2011. Submit quotes or any questions to the attention of the Contracting Officer, Nicholas Graham via email at ngraham@cftc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CFTC/OFMP/POP/CFIT-11-SO-0114/listing.html)
 
Record
SN02460344-W 20110602/110531234509-0fef7447c616f55ba409efc50557f5fd (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.