Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOURCES SOUGHT

70 -- SEWP V SOURCE SOUGHT NOTICE II

Notice Date
2/4/2013
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
SEWPVSourcesSought2
 
Response Due
2/15/2013
 
Archive Date
2/4/2014
 
Point of Contact
NATESA R ROBINSON, CONTRACTING OFFICER, Phone 301-286-1340, Fax 301-286-1670, Email natesa.r.robinson@nasa.gov - NATESA R ROBINSON, CONTRACTING OFFICER, Phone 301-286-1340, Fax 301-286-1670, Email natesa.r.robinson@nasa.gov
 
E-Mail Address
NATESA R ROBINSON
(natesa.r.robinson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. NASA is seeking capabilities from all categories of Small Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for this requirement. This sources sought notice is being published to identify potential sources capable of providing a vast selection and wide range of advanced technology, including, desktops and servers; IT peripherals; network equipment; storage systems; security tools; software products; cloud based services; video conferencing systems and other IT and Audio-Visual products along with product-based services such as installation and maintenance to all Federal Agencies in support of the Solutions for Enterprise Wide Procurement (SEWP) V Government Wide Acquisition Contract (GWAC) vehicle. The North American Industry Classification Systems (NAICS) Codes proposed for the requirements are 334111 Electronic Computer Manufacturing with a size standard of 1,000 employees and 541519- Other Computer Related Services- Value-Added Resellers with a size standard of 150 employees. A portion of this potential requirement will be set-aside as a competitive, small business acquisition. Your response should identify your business size (large or small) in relation to the NAICS code(s) and also identify which group(s) you are interested and eligible to compete in. The government is interested in small businesses capable of performing work outlined on this sources sought notice under Description of Products to be Provided. Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by a small business prime contractor alone at the contract level unless an issuing agency CO invokes the clause at the delivery order level. There will be 4 separate competitions.Proposals will be solicited for each of the 4 Groups separately, and the proposals will need to meet all requirements for a given Group.Proposals for each of the 4 Groups listed below must be able to provide the mandatory products through the life of the contract and related services that are summarized below along with a wide range of products and services including, desktops and servers; IT peripherals; network equipment; storage systems; security tools; software products; cloud based services; video conferencing systems and other IT and Audio-Visual products along with product-based services such as installation and maintenance. The government requests interested parties submit a brief statement of capability / description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Business, etc.), for each Category, Group, and NAICS Code to be considered. DESCRIPTION OF PRODUCTS TO BE PROVIDED: Category A (Computer Systems/Servers) NAICS 334111 Group A Computer Based Systems -Mid-range computer clusters -High-end (compute server) computer clusters -Data archive systems -Private cloud container systems Category B (Complementary Products) NAICS 541519 Group B Mass Storage Devices -Disk, tape, SAN (storage area network )storage devices -UPS (unlimited power supply) -Virtual storage Group C Server Support Devices / Multi-Functional Devices -Monitors -Projectors -Printers -Plotters -Scanners -Multi-functional printers -Tablets -Mice, keyboards -Video conferencing Group D Networking/ Security / Video and Conference Tools -Routers, wireless products, network bridges, switches -Communication devices (radios, phones) -Security software and hardware appliances -Audio Visual products: cameras, audio devices, kiosks, displays, virtualenvironments -Racks, enclosures and carts Interested parties are requested to submit a statement of capability outlining the capabilities related to this requirement as stated above. The statement of capability shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) Business size for NAICS 541519 and 334111 and socio-economic category status, if any. d) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM www.sam.gov) to be considered as potential sources. e) The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed four (4) single-sided pages. Contractors capable of providing these products should submit a Statement of Capability containing the above reference information via e-mail to Contracting Officer Ms. Natesa Robinson at Natesa.r.robinson@nasa.gov. Each submission shall be virus scanned prior to being sent. Electronic submission (email) is required. Responses shall be received no later than February 15, 2013, 12:00 pm Eastern Time Zone. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/SEWPVSourcesSought2/listing.html)
 
Record
SN02979118-W 20130206/130204234310-ba1ee3ce90ae0195549fb431d7b1f429 (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.