Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOLICITATION NOTICE

70 -- Nimble Storage Array

Notice Date
12/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-12-Q-80011
 
Archive Date
3/16/2012
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation No. DTRT57-12-Q-80011 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 13, Simplified Acquisition Procedures (SAP), and FAR Part 12, Acquisition of Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective November 2, 2011. The NAICS Code is 423430 and the Small Business size standard is $6.5M. The Government intends to award a firm fixed price purchase order on a competitive basis for the purchase of Nimble Storage Hardware, Software Support and Service. The Volpe Center has been maintaining the Federal Motor Carrier Safety Administration's (FMCSA) centralized database and application systems for Motor Carrier Management Information System (MCMIS), Licensing and Insurance (L&I), and Enforcement Management Information System (EMIS) in Cambridge, MA for the past 8 years. This modernization initiative will assist FMCSA in consolidating and combining these applications into a portal. This initiative will also help FMCSA achieve its mission by reducing commercial motor vehicle crashes, injuries, and fatalities and will enhance the effectiveness of everyone using the technology. Proposal Pricing: The Offeror shall provide pricing for the following Contract Line Item Numbers (CLINs): CLIN 0001: Part No. CS260G, Nimble Storage CS260G Array Raw: 36 TB / Usable (50% Compression): 48 TiB Dual Controllers, 2 x Dual 10GbE & 2 x Dual GbE; Included Software Capabilities: Fast Inline Compression, Efficient Snapshots, WAN Efficient Replication, Thin Provisioning, Zero Copy Cloning, Intelligent Real Time Data Placement and NPM: Nimble Protection Manager, Quantity: 1 EA, Unit Price:___________; CLIN 0002: Part No. SLA-NBD-260G-3, Nimble Storage NBD Service and Software Support 24 X7, 3 Year, Quantity: 1 EA, Unit Price: ______________; Total Firm Fixed Price (CLINS 0001 - 0002):___________. Instructions to Offerors: The signed offer must be submitted via e-mail to Karen.Marino@dot.gov no later than 3:00 P.M. EDT on December 9, 2011. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen M. Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition and is incorporated by reference. The Offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via the Online Representations and Certifications Application (ORCA) at the following website: https://orca.bpn.gov. The Offeror must be registered in the Central Contractor Registration (CCR) in order for the Government to proceed with award. For registration information and/or to update profile information, log onto http://www.ccr.gov. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and are incorporated by reference. Additional clauses cited in FAR Clause 52.212-5 that apply to this acquisition are: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, and 52.223-18, 52.225-1, 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or by calling 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-Q-80011/listing.html)
 
Record
SN02632104-W 20111203/111201235242-6fb8898e51ff89c3946e87edd0919271 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.