Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
MODIFICATION

70 -- NGA Enterprise Strategic Hardware Operations Procurement (ESHOP)

Notice Date
3/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, ACU - Headquarters Support, Attn: ACU Mail Stop S84-ACU, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0176-12-R-0001
 
Archive Date
5/3/2012
 
Point of Contact
Adam M. Greenspan,
 
E-Mail Address
Adam.M.Greenspan@nga.mil
(Adam.M.Greenspan@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 01 3/30/2012 The purpose of Amendment 01 is to: 1) Add two (2) additional questions for industry consideration to section 5.A. of this pre-solicitation/synopsis notice. The two new questions (5.A.d. & 5.A.e) are annotated below in bold font. ------------------------------------------------------------------------------------------------- Solicitation No. HM0176-12-R-0001 This is a pre-solicitation/synopsis notice in accordance with FAR 5.203(a) as well as a Draft Request for Proposal (RFP). The National Geospatial-Intelligence Agency (NGA) anticipates soliciting proposals to procure commercially available off-the-shelf (COTS) Information Technology (IT) hardware and components under the Enterprise Strategic Hardware Operations Procurement (ESHOP). In accordance with FAR 52.215-3 - Requests for Information or Solicitation for Planning Purposes (Oct 1997), the Government will not pay for any information/items submitted in response to this Draft RFP. Responses shall not include proprietary information and data will not be returned. Any responses that are marked proprietary will not be considered. The Government may utilize Federally Funded Research and Development Centers (FFRDC) and/or Support Contractors to provide technical advice on the responses. Otherwise, information submitted under this Draft RFP will be limited only to the ESHOP Program Management Office (PMO) and to the support contractors who have executed the requisite ESHOP non-disclosure agreements and conflict of interest statements. The Government may use the information provided to develop a comprehensive procurement strategy and solicitation. Any information used will be on a non-attribution basis. This Draft RFP does not commit the Government to award a contract. 1. This requirement is a 100% small business set aside under NAICS Code: 334119 - Other Computer Peripheral Equipment Manufacturing with a size standard of 1,000 employees. All vendors must be registered as a small business under the above NAICS Code prior to award of a contract resulting from this solicitation. NGA encourages participation from the following small business (SB) sub-categories: Small Disadvantaged Business (SDB), Veteran-owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Minority-owned Small Business, Women-owned SB (WOSB), Economically-disadvantaged Women-owned Small Business (EDWOSB), 8(a), HUBZone, HBCU/MI, etc. 2. Questions about the Draft RFP shall be submitted in writing by Wednesday, April 11, 2012 at 3:30 PM Eastern Time to Adam Greenspan at (adam.m.greenspan@nga.mil). All questions (and subsequent answers) will be posted on the FBO website to provide equal access to information for all potential offerors. 3. The Government anticipates award of three (3) separate single-award indefinite delivery/indefinite quantity (ID/IQ) contracts; one for each of the three (3) IT equipment categories which include: User-Facing Equipment, Network-Transport Equipment, and Compute-Storage Equipment. (see Attachment 2.) Offerors are allowed to submit proposal(s) for one, two, or three categories of IT equipment. To be eligible for award, offeror proposals must include unit prices for EVERY item in a given hardware category, or hardware categories if the offeror is proposing more than one. 4. The Government anticipates award will be made to the offeror whose proposal represents the LOWEST PRICE DEEMED TECHNICALLY ACCEPTABLE to the Government. If two or more quotes are equal in all respects, the government will choose a winner in accordance with FAR Part 14.408-6. 5. This pre-solicitation/synopsis notice includes the following attachments: Attachment 1. DRAFT Statement of Work, Enterprise Strategic Hardware Operations Procurement (ESHOP), 26 March 2012 Attachment 2. DRAFT NGA IT Hardware Requirements List (NIHRL), 26 March 2012 Attachment 3. DRAFT ESHOP Evaluation Criteria, 26 March 2012 Attachment 4. ESHOP Bidders List, 26 March 2012 Interested parties are encouraged to review all attachments and provide answers to the following questions no later than Wednesday, April 18, 2012 at 3:30 PM Eastern Time to Adam Greenspan (adam.m.greenspan@nga.mil): A. Reference the Draft NGA IT Hardware Requirements List (NIHRL): a. Would you be able to propose an item price for each item? If not, what additional specification information would be required? b. Is the "brand name or equal" requirement clear? c. Do you note any equipment that is at end of service life? d. Can you confirm that the salient characteristics provided for each item would allow your firm to propose products that are equivalent to the brand name item specified in the Draft NIHRL? If not, please recommend salient characteristics that would allow your firm to propose an equivalent item. e. In cases where you judge that an "or equal" IT hardware item does not exist based on the salient characteristics provided in the Draft NIHRL, please provide the technical rationale that justifies only the brand name product for that particular item. B. Reference the Draft Statement of Work (SOW): a. Are the requirements clear? b. Are the delivery times realistic? c. Other comments? C. General comments about the ESHOP acquisition 6. All contractors must be registered in the Central Contractor Registration (http://www.ccr.gov) database as well as ORCA (www.orca.gov) prior to any contract award. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Please submit the following information with submission in response to this Draft RFP: Cage code, DUNS number, the date offer expires, line item unit price, and total cost. It is anticipated that this requirement will be competed solely through the Government Point of Entry (www.fbo.gov). However, the anticipated official solicitation issuance date is unknown. The National Geospatial-Intelligence Agency (NGA) makes no representation that a Final RFP will be issued or that a contract award will result from the solicitation if and when one is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da81daa7e4fffc30d99b89703e7f26e8)
 
Place of Performance
Address: Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02710281-W 20120401/120330235046-da81daa7e4fffc30d99b89703e7f26e8 (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.