Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

70 -- DOTHILL ISN UPGRADE - PRICE SCHEDULE

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement, 601 Fairfax St., Alexandria, Virginia, 22314, United States
 
ZIP Code
22314
 
Solicitation Number
DIAC11302
 
Archive Date
10/5/2011
 
Point of Contact
Leila S. Miller, Phone: (301) 222-6031, kathleen w sutherland, Phone: 9514132306
 
E-Mail Address
leila.miller@dma.mil, kathleen.sutherland@dma.mil
(leila.miller@dma.mil, kathleen.sutherland@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK PRICE SCHEDULE 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; a written solicitation will not be issued. Solicitation/synopsis reference number DIAC11302 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". Provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 July 2011 and DFARS Publication Notice 20110629 effective 29 Jun 2011. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2008): (a) Re para (a): NAICS 541519; small business size standard is $25.0M. (b) Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (i) Quoters may use the attached price schedule for their price quotes or use their own forms as long as the line item numbers correlates with this solicitation CLINs. (ii) PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable offer with acceptable past performance." Technical evaluation will be based on product specifications in compliance with Government specifications as shown below. (3) QUOTE MUST BE RECEIVED NOT LATER THAN 2:00 PM EASTERN TIME 20 SEP 2011 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (301) 833-4948. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (JUL 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. SEE ATTACHED PRICE SCHEDULE AND STATEMENT OF WORK (SOW) GSA or OPEN MARKET prices will be considered. The items requested herein are items unique to the manufacturer, and must interface with existing equipment. Selection or other brand may jeopardize the functionality of the system. The Defense Asset Management System utilizes a proprietary storage management system provided by Dot Hill. The system was sold under the brand name Cloverleaf intelligent Storage Network (iSN). The iSN has reached end of life and must be upgraded in order for the DAMS to meet Information Assurance guidelines. Storage management systems are highly integrated products. The DAMS relies on this system for volume management, data replication and snapshots, disaster recovery services and other critical storage management functions. Given the system's dependency on this system replacing it is a costly and disruptive process, and has the potential for significant downtime. The cost of replacing the system with a system from another manufacturer is considerably greater than performing an upgrade. No substitutions will be accepted. The Government will consider quotes only from authorized resellers of equipment manufacturers. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. All items must be quoted FOB Destination. Vendor shall certify that it is a Manufacturers Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturers certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all manufacturers products submitted in this offer from manufacturer or through Manufacturers Authorized Channels only, in accordance with all applicable laws and current manufacturers applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all manufacturers software is licensed originally to Buyer as the original licensee authorized to use the Manufacturers Software. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3e4c1d36496cb23f1424a030156a1b0)
 
Place of Performance
Address: DEFENSE MEDIA ACTIVITY, FORT GEORGE G MEADE, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02574314-W 20110915/110914000431-d3e4c1d36496cb23f1424a030156a1b0 (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.