SOLICITATION NOTICE
70 -- EMC2 Network Storage Equipment
- Notice Date
- 5/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), FEDSIM, 6354 Walker Lane, Suite 200, Alexandria, VA, 22310, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- GSC-TFMG-07-31917
- Response Due
- 5/31/2007
- Archive Date
- 6/15/2007
- Description
- COMBINED SYNOPSIS/SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation a written solicitation will not be issued. There is no solicitation number, for reference Request for Quote (RFQ) Number GSC-TFMG-07-31917 is provided for identification purposes only. General Services Administration/FEDSIM is soliciting for the purchase of and maintenance for the procurement of EMC2 network storage equipment. The Justification for Other than Full and Open Competition in accordance with FAR part 6.302 is below. This acquisition is limited to the OEM and its authorized distributors/resellers of the required items. This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition including 52.203-6 Alt 1, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.232-33, 52.232-34. The full text of a FAR clause may be access electronically at http://www.acqnet.gov/far. Company must be registered on Central Contractor Registration (CCR) before an award can be made. If a company is not registered in CCR, they may do so by accessing the following web site at http://www.ccr.gov PRICING SCHEDULE: Mandatory Hardware - All Items shall be fully integrated. ITEM #, DESC, QTY Configuration 1 CX3-20F-FD, Clariion CX3-40 W/ 1.8TB, 1;CX3-20 SPE-FC Field Install, 1; CX-4PDAE-20FD, CX3-20 DAE OS Field INST, 1; CX-2G10-300, 300GB FCL 10K 2GB, 11; FC10M-50MLC, FCHNL 10M 50/125 LC-LC, 8; NAV-WGKIT, Navi Workshop Media, 1; MVS3-KIT, MIRVW S Media CX3-Series, 1; NAVAGT-WINKIT, Navi Agent Windows Media, 2; UTIL-WIN, Windows Software Utilities, 2; CX32F-KIT, CX3-20F DOCS And RTU Kit, 1; AP-7420B-0D, 16-Port APP Platform, 1; C-MODEM-US, Clariion Service Modem-US, 1; NAV32-WG, NAVI MGR CX3-20 WKGRP LIC, 1; MVS32, MirrorView SYNC CX3-20, 1; PS-CUS-SAN, PS Custom ESN/SAN Design & IMP, 1; PS-BAS-MVW, MirrirView Install QS, 1,;WU-PREHW-001, Premium Hardware Support ? Warranty, 1. Configuration 2 CX3-20F-FD, Clariion CX3-40 W/ 1.8TB, 1; CX3-20 SPE-FC Field Install, 1; CX-4PDAE-20FD, CX3-20 DAE OS Field INST, 1; CX-2G10-300, 300GB FCL 10K 2GB, 11; FC10M-50MLC, FCHNL 10M 50/125 LC-LC, 8; NAV-WGKIT, Navi Workshop Media, 1; MVS3-KIT, MIRVW S Media CX3-Series, 1; NAVAGT-WINKIT, Navi Agent Windows Media, 2; UTIL-WIN, Windows Software Utilities, 2; CX32F-KIT, CX3-20F DOCS And RTU Kit, 1; AP-7420B-0D, 16-Port APP Platform, 1; C-MODEM-US, Clariion Service Modem-US, 1; NAV32-WG, NAVI MGR CX3-20 WKGRP LIC, 1; MVS32, MirrorView SYNC CX3-20, 1; PS-CUS-SAN, PS Custom ESN/SAN Design & IMP, 1; PS-BAS-MVW, MirrirView Install QS, 1; WU-PREHW-001, Premium Hardware Support ? Warranty, 1. Configuration 3 CX3-80, CX3-80 SPE-FC Field Install, 1; RACK-40U-60, 40U Common Rack ? 4 PDP, 1; CX-4PDAE, 4G DAE Factory Intalss, 5; CX-4PDAE-80, CX3-80 DAE FAC INSTALL, 1; CX-2G10-300, 300GB FCL 10K 2GB, 7, CX-SA07-500, 500GB SATA II DISK FOR 4G DAE, 65; FC10M-50MLC, FCHNL 10M 50/125 LC-LC, 8; PW40U-60-US, RACK-40U-60 PWR CORD US, 1; NAV-DPKIT, NAVI Departmental Media, 1; CX38-KIT, CX3-80 DOCS and RTU Kit, 1; NAVAGT-WINKIT, NAVI Agent Windows Media, 4; PP-WN-KIT, Powerpath Windows Kit, 1; UTIL-WIN, Windows Software Utilities, 4; CX38-FL508, Back Rev Flare OE 03.22, 1; CX-38-508KIT, CX3-80 FOE 03.22 Doc Kit, 1; C-Modem-US, CLARiiON Service Modem-US, 1; PP-WN-WG, PPATH Windows WGR, 4; NAV38-DP, NAVI MGR CX3-80 Dept LIC, 1; PS-CUS-EMC, Generic Custom Services, 1; WU-PREHW-001, Premium Hardware Support ? Warr UPG, 1. NOTE: For clarity purposes, the item number, description and quantity is listed for each piece of equipment. A semicolon separates each piece of equipment (;). STATEMENT OF WORK: This requirement supports Agency ?ABC? (will be identified upon award) through the procurement of network storage. The contractor shall provide all items listed above. All hardware shall be shipped FOB Destination within the Continental United States (CONUS). Compliance with Section 508 requirements is applicable to quotes submitted in response to this RFQ. DELIVERABLES: All of the equipment stated above is required. Equipment under CLIN 0001 shall be delivered no later than15 days from Date of Award. Equipment under CLIN 0002 shall be delivered no later than 10 days from Date of Award. PLACE OF DELIVERY: Place of delivery will be within the Washington DC area. Specific delivery location and client point of contact information shall be provided upon award. QUOTE DUE: Quotes shall be submitted electronically via e-mail to millicent.hawkins@gsa.gov no later than 2:00 pm E.S.T. on May 31, 2007. Hard copy proposals will not be accepted. QUESTIONS: Questions concerning this RFP may be addressed Ms. Millicent Hawkins, Contract Specialist, in writing no later than 2:00 pm EST. on Monday, May 28, 2007. SPECIAL PROVISIONS: Section 508 Compliance - All electronic and information technology procured through this order must meet the applicable accessibility standards of 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as mended, and is viewable at the following URL: http://www.section 508.gov. The following Section 508 technical standards are applicable to this purchase order, as a minimum: Software Applications and Operating Systems (1194.21). The contractor shall indicate for each line item in the schedule whether each product or service is compliant or non-compliant with the accessibility standards of 36 CFR1194. Further, the proposal must indicate where full details of compliance can be found (e.g. vendor?s website or other exact location). INVOICE SUBMISSION The contractor shall submit Requests for Payments in accordance with the format contained in GSAM 552.232-70, INVOICE REQUIREMENTS (SEPT 1999), to be considered proper for payment. In addition, the data elements indicated below shall be included on each invoice. Purchase Order number: (from GSA Form 300, Block 2) Paying Number: (ACT/DAC NO.) (From GSA Form 300, Block 4) FEDSIM Project No.: 27120EOM / 27130EOM Project Title: Server Storage Order The contractor shall utilize FEDSIM?s electronic Tracking and Ordering System (TOS) Next to submit invoices. The contractor shall submit invoices electronically by logging onto: https://ec-its.gsa.gov/tos2/oitihome.nsf/Open Select Vendor Support, log in using your assigned I.D. and password, then click on Create Invoice. The TOS Next Help Desk should be contacted for support at (703) 306-7759. By utilizing this method, no paper copy of the invoice shall be submitted to GSA FEDSIM or the GSA Finance Center in Ft. Worth, TX. However, the contractor may be required to submit a written "hardcopy" invoice to the Government if requested by the FEDSIM COR. CONTRACTING OFFICER (CO) GSA FEDSIM ATTN: Victor Angkico CO 6354 Walker Lane, Suite 200 Alexandria, VA 22310 Telephone: 360 779-4879 Email: victor.angkico@gsa.gov CONTRACTING OFFICER?S REPRESENTATIVE (COR) GSA FEDSIM ATTN: John Stephens COR 6354 Walker Lane, Suite 200 Alexandria, VA 22310 Telephone: (410) 414-9371 Fax: (410) 414-9371 Email: john.stephens@gsa.gov QUOTE INSTRUCTIONS: The offeror's quote shall be submitted electronically, be complete, respond directly to the requirements of the RFQ. Quote shall contain the quote and Section 508 Compliance. The price quote shall include a list of proposed hardware that will satisfy the requirement stated in the RFQ. Proposed Bill of Materials: The itemized list of materials must include the part number, description, quantity, units, unit price, and extended price for each line in the proposed list. The clause at 52.212-2, Evaluation of Commercial Items, applies to this acquisition; addenda to the clause are included. The Government will award a contract resulting from this RFQ to the lowest priced, technically acceptable responsible offeror. This will be a single award for all items. BASIS FOR AWARD: The Government anticipates awarding a Purchase Order to the offeror whose quote is the lowest price technically acceptable for both CLINs. The price quote will be evaluated to determine price reasonableness based upon existing manufacturer list pricing and based upon offered discounts. Excessively high or low pricing may be considered unreasonable, and may receive no further consideration. The Government will evaluate the quote being submitted for technical acceptability. Technical acceptability is defined as a quote matching all of the listed item numbers as listed above, and complying with the required delivery schedule of both CLINs. There will be one single award for all items. JUSTIFICATION FOR OTHER THAN FULL & OPEN COMPETITION BRAND NAME FAR 6.302 TOS Purchase Request # 2007-31917 1. Agency and Contracting Activity: GSA/FAS/FEDSIM Acquisition 2. Nature/Description of Action: FEDSIM has a requirement to procure EMC2 network storage equipment/software for a client. 3. Description of the supplies or services required to meet the agency?s needs: Due to the formatting in FedBizOpps and clarity, the chart containing the equipment was removed from the justification. The items and quantity are stated above in the Pricing Schedule 4. Identification of Justification Rationale: FAR 6.302-1 (c) Application for brand name descriptions. Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Contractors Unique qualifications: The contractor must be able to provide the Brand Name EMC2 storage in order to support current network standard implementation. EMC2 storage is the standard for the client. FEDSIM?s client maintains support of the entire network infrastructure. EMC storage is proprietary, and the client has approved EMC as part of their enterprise architecture. These configurations must be built as a whole, and are proprietary. FEDSIM?s client has a significant investment in terabytes of EMC storage, with over 3 million dollars of products currently in use. Only the proprietary EMC storage equipment will properly interface with the existing client network infrastructure. Based on this, FEDSIM has determined that EMC2 storage is the only Brand Name Products that meets the needs of our client. 6. Description of solicitation. This procurement will be accomplished on an open market basis utilizing the simplified acquisition procedures allowed for within FAR Part 12, ?Acquisition of Commercial Items?. All items are not available on GSA Schedule. NASA SEWP IV does not prove any significant discounts from list pricing. Market research has determined that an open market procurement would provide the Government a discount of about 50% from list pricing. This acquisition will be publisized in FedBizOps as a brand name restriction, and will be limited to competition among the OEM and its distributors. 7. A Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: After market research, FEDSIM has found that the manufacturer of EMC products may give a significant discount over list prices. EMC has indicated that they would offer a special discount to the FEDSIM client, which is about 50% from their published list pricing. 8. Description of the Market Research conducted: The FEDSIM project manager performed searches on the internet, conducted product searches on GSA Schedule SIN 132-8, NASA SEWP IV, reviewed published manufacturer list pricing, and additionally contacted the EMC manufacturer directly. 9. Additional Facts: This procurement is an add-on to the current network storage system. It is imperative that FEDSIM?s client only procures equipment that is compatible with the large current investment in EMC2 network storage in order to alleviate potential integration risks, higher costs (for additional hardware, software, other vendor service contracts for another server brand) and product performance problems. Expedited delivery of 10 and 15 days will also be required. 10. Listing of sources interested in the acquisition. Research for this acquisition included review of both GSA Advantage and NASA SEWP online tools. Research of pricing and availability was done with EMC and EMC distributors including Unisys and Alpha Sum Business Machines. In addition to these firms, any other authorized resellers of the required equipment may submit an offer. 11. Statement of the actions, if any, the agency may take to remove or overcome any barriers to competition: This procurement will be limited to OEM and dealer level competition, as only the manufacturer can provide the required products. Given the proprietary nature of the items, no barriers can be removed. 12. Certification: ?I certify that the data provided in support of this recommendation for other than full and open competition are accurate and complete to the best of my knowledge and belief.? Name: ____________________________ Date: _________________ Title: **Contracting Officer Recommended: _________________________ Date: __________________ Title: **Project Manager, CG1 **Executed copies of the documents are on file in the acquisition office.
- Place of Performance
- Address: Washington/DC
- Zip Code: 20037
- Country: UNITED STATES
- Zip Code: 20037
- Record
- SN01302900-W 20070526/070524221833 (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 |