Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

70 -- EMC VNX5200 Disk Farm Upgrade

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-3026
 
Point of Contact
Karen L. Sampson, Phone: 401-832-4343
 
E-Mail Address
karen.sampson@navy.mil
(karen.sampson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. Amendment 0003 - Amendment 0002 is hereby canceled. The following CLIN is deleted "CLIN 0003- PARTS (Disk) RETENTION UPLIFT VNX2 Services, Part#: M-PARTRT-PR3- VNX2, QTY: 1" and the remaining CLINS are renumbered below. Amendment 0002 - Clarification of CLIN 0003: Parts retention is Disk retention and available as a seperate line item for government customers. Amendment 0001 - Added to CLIN 0005 "3 Years" as reflected below. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 Request for Quotation (RFQ) number is N66604-16-Q-3026. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase on a Firm-Fixed Price Basis, EMC VNX5200 Disk Farm Upgrade, components are detailed below. This requirement is for brand name items, see attached Brand Name Specification Justification (Attachment 1), which is based on compatibility with the existing Base EMC Networked Attached Storage (NAS) disk farm. Delivery shall be 30 days after date of order. F.O.B. Destination, Naval Station Newport, RI 02841. BRAND NAME ONLY-NO SUBSTITUTIONS. CLIN 0001- VNX 900GB 10K SAS 25X2.5 DPE/DAE UPG - High Speed Disks, Part#: V4-2S10-900TU, QTY: 25 CLIN 0002- VNXB 25X2.5 6G SAS EXP DAE-FIELD INST - Disk Array Enclosure (DAE), Part#:VNXB6GSDAE25F, QTY: 1 CLIN 0003- VNXB OE PER TB PERFORMANCE UPGRADE, Part#: VNXBOEPERFTBU, QTY: 23 CLIN 0004 PREMIUM SW SUPPORT, 3 years- Part#:M-PRESWE-001, QTY: 1 CLIN 0005- STANDARD DAE/DISK UPGRADE MODULE, Part#:PS-BAS-UPDAE, QTY: 1 CLIN 0006 -STANDARD DAE/DISK UPGRADE QUICKSTAR, Part#:PS-BAS-UPDAEB, QTY: 1 The Hardware procurement consists of 1 Disk Array Enclosures (DAE) consisting of 25 high speed disks with redundant power supplies and 900GB of disk space. This DAE will provide additional disk storage for our existing EMC Networked Attached Storage (NAS) disk farm. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 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 solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9 In accordance with FAR 39.203, Electronic and Information Technology (EIT), each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: 36 C.F.R. § 1194.23 - Telecommunications Products 36 C.F.R. § 1194.26 - Desktop and Portable Computers 36 C.F.R. § 1194.31 - Functional Performance Criteria 36 C.F.R. § 1194.41 - Information, Documentation, and Support Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232- 7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. The vendor must be an EMC authorized reseller/services partner. All vendors are required to submit documentation with their quote that identifies its EMC partnership/service level. The vendor shall make the End User (Government) customer clearly known to EMC so that warranty and service contract information can transfer to the appropriate party. This procurement is 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 334118. The Small Business Size Standard is 1000 employees. The Product Service Code (PSC) is 7050. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted meet the Brand Name specifications listed above and can meet the required delivery date of 30 days from date of purchase order, FOB Destination- Newport, RI. The Government may consider past performance information. Failure to propose all the required items will render your quote ineligible for award. Offerors shall include price, delivery cost and terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number, and documentation that identifies its EMC partnership/service level. All timely offers will be considered. Offers must be submitted via email to karen.sampson@navy.mil no later than 2:00 p.m. (EST) on Tuesday, 20 September 2016. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-3026/listing.html)
 
Record
SN04273711-W 20160917/160915235938-efe1df54e34ce5477319090c4ff1d532 (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.