Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2012 FBO #3737
SOLICITATION NOTICE

70 -- EMC SAN Maintenance - Attachments

Notice Date
2/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-Q-5010
 
Point of Contact
Jason E. Shields, Phone: 7177707497
 
E-Mail Address
jason.shields@dla.mil
(jason.shields@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work with Bill of Materials 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this notice is SP3300-12-Q-5010. This is an unrestricted acquisition for vendors that can provide the required annual maintenance for EMC Storage Area Network servers. The NAICS code is 541519. The size standard is 1,000 employees. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-55 effective 02 February 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120130 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-21. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This procurement is for the purchase of EMC SAN hardware/software maintenance for DLA Distribution Information Operations New Cumberland, PA. See attached Statement of Work (Attachment 1). The SOW includes a required Bill of Materials. This is a brand name requirement. Justification to restrict sources is as follows: EMC is the sole manufacturer of the SAN servers which are proprietary in nature. EMC maintains exclusive rights to all products and services. Therefore, maintenance of the brand name servers must be performed by either EMC or an authorized support partner. It is essential that the EMC products utilized to provide for proper maintenance of the systems. Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). All SAN servers are located at Information Operations at Susquehanna, PA. Note: The required period of performance for the maintenance is the date of award through October 10, 2012. Prices submitted shall include a reinstatement fee to bring the maintenance current from October 11, 2011 through the date of the award. Estimated date of award is March 12, 2012. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluations of Quotations or Offers - Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price and provides the required renewals for annual maintenance of EMC Clariion storage area network devices as stated in the attached SOW and can meet the stated period of performance requirements. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b)) the following clauses apply: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023 Transportation of Supplies by Sea (ALT III) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items Offerors must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to jason.shields@dla.mil. Request for Quote Number SP3300-12-Q-5010. All questions are due NLT 11:00 AM EDT on 22 February 2012. Pricing and representations/certifications are required NLT 11:00 AM EDT ON 29 FEBRUARY 2012. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-5010/listing.html)
 
Record
SN02676650-W 20120217/120215235328-f7a5f9b155c4518baef245ec090fe72c (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.