Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

70 -- NETAPP EQUIPMENT

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
F24AK1229G002M
 
Response Due
9/14/2011
 
Archive Date
11/13/2011
 
Point of Contact
william.n.li, 301-619-8273
 
E-Mail Address
Medcom Contracting Center North Atlantic
(william.n.li@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is 100% set aside for small business concerns. ONLY AUTHORIZED RESELLERS OF THE BRAND NAME, NETAPP, WILL BE CONSIDERED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112, with a small business size standard of 1,000 employees. HCAA-N has a need for NETAPP SAN EQUIPMENT (Brand Name) as described in the attached statement of need. All interested companies shall provide quotes for Line Items 0001 to 0005. Schedule of Supplies/Equipment Line Item Product Description QTY Unit Price Total 1 DSX-14.0TB-QS-R5 DS14MK2 SHLF,14.0TB SATA,QS,R5 1 X 2 X6530-R6 Cable, Shelf to Shelf,0.5m,FC 1 X 3 X800-42U-R6 Cabinet Component Power Cable,R6 1 X 4 X877B-R6 Rail Kit II,Cab,R6 1 X 5 X8781-R6 Hardware Kit, Add-On Peripheral,Cabinet,R6 1 X TOTAL STATEMENT OF WORK/NEED 1. Introduction: The Air Force Medical Operations Agency (AFMOA) will use this equipment to meet the file storage requirements of all AFMOA personnel located on Lackland AFB, TX. 802 CS/SCOO 1980 Bong Av Bldg 1052 Suite 108 Lackland AFB, TX 78236 2. Background The Air Force Medical Operations Agency (AFMOA) utilizes file storage located at Welford Hall Medical Center. This configuration satisfied AFMOA's requirement upon initial organization stand-up in Oct 2009, but it is not sufficient for current operating needs nor is it expandable. As the 802d Communication Squadron provides all IT support for AFMOA, the purchase of this equipment brings us in-line with other base organizations and provides adequate storage for future expansion. The 802d Communication Squadron does not allow base organizations to purchase their own file storage equipment. Each organization must utilize the existing base Storage Area Network (SAN). Lackland AFB currently utilizes a NETAPP SAN. As such, only NETAPP components will work. It is important to emphasize we are not purchasing a stand-alone SAN; AFMOA is purchasing a 14TB shelf to plug into an existing NetApp SAN located at the 802d Communications Squadron. 3. Minimum Requirements / Specifications/ Salient Characteristics The NETAPP SAN equipment shall meet or exceed the technical specifications identified below. All items must be new and in working order. Used or remanufactured equipment will not be considered for award. Product Description DSX-14.0TB-QS-R5 DS14MK2 SHLF,14.0TB SATA,QS,R5 X6530-R6 Cable, Shelf to Shelf,0.5m,FC X800-42U-R6 Cabinet Component Power Cable,R6 X877B-R6 Rail Kit II,Cab,R6 X8781-R6 Hardware Kit, Add-On Peripheral,Cabinet,R6 4. DELIVERY TERMS: Delivery shall be FOB Destination to Lackland AFB no later than 60 calendar days after award of contract to: 802 CS/SCOO c/o: Kevin Pinette or James Simmons, Chief, Information Technology Branch 1980 Bong Avenue Bldg 1052 Suite 108 Lackland AFB, TX 78236 5. TRAINING: No training is required. 6) DOCUMENTATION: The contractor shall provide one (1) copy set of operating manual to the government. Operating manual shall include schematics, installation, operation and maintenance and any other applicable manuals for system. Documentation shall be provided in English in hard copy and on CD/DVD ROM. 7) INSTALLTION: The system/components/equipment shall be installed by the government. 8) MAINTENANCE SERVICE: Service maintenance support shall be a year from date of award to the 802d Communication Squadron. The support shall include: * Telephone support for diagnosis and repair of operational and control/electronics issues. * Parts replacement/exchange. * One full service visit that would include inspection, test, and calibration of the system 9) WARRANTY: The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. 10) INSPECTION AND ACCEPTANCE: In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. 1. Visual and physical check at AFMOA/SGALW or adherence to requested specifications. 2. Performance check at AFMOA/SGALW or adherence to performance specifications. 3. Acceptance Testing: The contractor may be required to perform the acceptance test in the presence of the Contracting Officer's Technical Representative (COTR) to demonstrate that the equipment/System conforms to the requirements of the contract and performs according to original equipment manufacturer (OEM) specifications. All samples used in the acceptance performance test shall be provided by the Contractor. FAR 52.212.4, Contract Terms and Conditions-Commercial Items (JUN 2010), paragraph (a) Inspection/Acceptance is applicable to this Acceptance Testing; 11. EVALUATION OF OFFERORS Award shall be made to the offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) quote. Technical acceptability means that the quote meets all of the stated minimum specifications. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. The Government will evaluate information based on the following evaluation criteria: (1) Technical Capability factor "meeting or exceeding the requirement, and (2) price. Technical Capability - No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. The government will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, the government will determine that it does not. The government will give preference to offerors who demonstrate that their proposed equipment exceeds the government's requirements. The government will give stronger preference to offerors whose quoted equipment(s) exceeds minimum requirements. Price: Quoted price will be evaluated for reasonableness. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses and provisions apply to this acquisition: 52.203-6 Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 ALT I 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.211-6 Brand Name OR Equal AUG 1999 52.211-17 Delivery Of Excess Quantities SEP 1989 52.212-1 Instructions to Offerors-Commercial Items JUN 2008 52.212-2 Evaluation-Commercial Items JAN 1999 52.212-3 Offeror Representations and Certifications-Commercial Items MAY 2011(ALT I) 52.212-4 Contract Terms and Conditions-Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items AUG 2011(DEV) 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.212-7000 Offeror Representationsand Certifications-Commercial Items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes OR Executive Orders Applicable to Defense Acquisitions of Commercial Items AUG 2011 (DEV) 252.225-7036 Buy American Act - Free Trade Agreements-Balance of Payments Program DEC 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 DEC 2010 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Brand Name or Equal 13. INSTRUCTIONS TO OFFERORS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Addendum to FAR 52.212-1, Quotation Preparation Instructions Part I - Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination, for each Line Item. Price quotations shall remain valid for a period of 90 days from the date quotations are due. Part II: Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Additionally offerors shall address: 1) Description of commercial warranty; 2) Description of Maintenance Service; 3) Description of Country of Origin Information Acceptance of Terms and Conditions: This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. Offers will be reviewed exclusively based upon information submitted. If the information submitted does not address all the technical characteristics required in this combined solcition-synposis, the offer will be rejected. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. Due to the difficulties in receipt of mail through normal postal services, it is required that proposals be sent via E-mail to the POC for this requirement, at William.N.Li@us.army.mil the Offeror is responsible for ensuring receipt by the POC. Proposals are due no later than the 14 September 2011 at 1:00 PM EST. Proposals will not be accepted after this date and time. SPECIAL NOTES: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number and Taxpayer Identification Number with their quotation. Registrations in CCR and ORCA are not required for submission of quotation but are required for award. Vendor will have five days to complete all registrations following notification of award. 13. INSTRUCTIONS TO OFFERORS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Addendum to FAR 52.212-1, Quotation Preparation Instructions Part I - Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination, for each Line Item. Price quotations shall remain valid for a period of 90 days from the date quotations are due. Part II: Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Additionally offerors shall address: 1) Description of commercial warranty; 2) Description of Maintenance Service; 3) Description of Country of Origin Information Acceptance of Terms and Conditions: This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. Offers will be reviewed exclusively based upon information submitted. If the information submitted does not address all the technical characteristics required in this combined solcition-synposis, the offer will be rejected. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. Due to the difficulties in receipt of mail through normal postal services, it is required that proposals be sent via E-mail to the POC for this requirement, at William.N.Li@us.army.mil the Offeror is responsible for ensuring receipt by the POC. Proposals are due no later than the 14 September 2011 at 1:00 PM EST. Proposals will not be accepted after this date and time. SPECIAL NOTES: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number and Taxpayer Identification Number with their quotation. Registrations in CCR and ORCA are not required for submission of quotation but are required for award. Vendor will have five days to complete all registrations following notification of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/F24AK1229G002M/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
 
Record
SN02567192-W 20110910/110909000008-c023eb8bef11d9c0f8b2000a6bd588b7 (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.