Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

70 -- Data Storage Equipment and Software

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F73AJ69189AC01
 
Archive Date
9/9/2009
 
Point of Contact
Mishell M Sonntog, Phone: 907-552-5623, ,
 
E-Mail Address
mishell.sonntog@elmendorf.af.mil,
(mishell.sonntog@elmendorf.af.mil, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; quotations are being requested, and a written solicitation document will not be issued. This is a solicitation of Purchase Request F73AJ69189AC01and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36.The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 500 employees. This acquisition is set aside for small businesses. All responsible Contractors shall provide a quote for the following: Line Item 0001: FAS2020 CONFIGURATION UPGRADE, Mfr Part # FAS2020AUG-R5 (or Equal). Quantity: 2 Ea; Line Item 0002: FAS2020 ACT-ACT Upgrade, R5, Mfr Part # FAS2020AUG-BASE-R5 (or Equal). Quantity 2 Ea; Line Item 0003: SW,BASE Pack,-C, Mfr Part # SW-BASE-PK-C (or Equal). Quantity 2 EA; Line Item 0004: SW,Application Pack,T1,-C, Mfr Part # SW-T1-APPLICATION-PACK-C (or Equal). Quantity: 2 Ea; Line Item 0005: CIFS Software,T1,-C, Mfr Part # SW-T1-CIFS-C (or Equal). Quantity: 2 Ea; Line Item 0006: SW,Foundation Pack,T1,-C, Mfr Part # SW-T1-FOUNDATION-PACK-C (or Equal). Quantity: 2 Ea; Line Item 0007: SW,Protection Pack,T1,-C, Mfr Part # SW-T1-PROTECTION-PACK-C (or Equal). Quantity: 2 Ea; Line Item 0008: SupportEdge Premium, 7x24, 4hr Onsite -, Mfr Part # CS-O-4HR (or Equal). Quantity: 2Ea; Line Item 0009: Operations MGR,File Storage Resource Manager, Mfr Part # SW-DFM-FSRM (or Equal). Quantity: 2 Ea; Line Item 0010: Software,DFM Management Server, Mfr Part # SW-DFM-MGMTSVR (or Equal). Quantity: 2 Ea; Line Item 0011: Software,Operations Mgr,Additive T1 node, Mfr Part # SW-T1-DFM-OPSMGR-AD (or Equal). Quantity: 2 Ea; Line Item 0012: Software,Protection Mgr,Additive T1 node, Mfr Part # SW-T1-DFM-PROTMGR-AD (or Equal). Quantity: 2 Ea; Line Item 0013: Software,Prot Mgr Disaster Recov, T1 node, Mfr Part # SW-T1-DFM-PROTMGR-DR-AD (or Equal). Quantity: 2 Ea; Line Item 0014: Software,Operations Mgr,Additive T1C node, Mfr Part # SW-T1C-DFM-OPSMGR-AD (or Equal). Quantity: 4 Ea; Line Item 0015: Software,Protection Mgr,Additive T1C node, Mfr Part # SW-T1C-DFM-PROTMGR-AD (or Equal). Quantity: 4 Ea; Line Item 0016: Software,Prot Mgr Disaster Recov,T1C node, Mfr Part # SW-T1C-DFM-PROTMGR-DR-AD (or Equal). Quantity: 4 Ea; Line Item 0017: SW Subs,File Resource Manager, Mfr Part # SW-SSP-DFM-FRM (or Equal). Quantity: 2 Ea; Line Item 0018: SW Subs,DFM Management Serve, Mfr Part # SW-SSP-DFM-MGMTSVR (or Equal). Quantity: 2 Ea; Line Item 0019: SW Subs,Operations Manager,T1, Mfr Part # SW-SSP-T1-OPSMGR-AD (or Equal). Quantity: 2 Ea; Line Item 0020: SW Subs,Protection Manager,T1, Mfr Part # SW-SSP-T1-PROTMGR-AD (or Equal). Quantity: 2 Ea; Line Item 0021: SW Subs,Operations Manager,T1C, Mfr Part # SW-SSP-T1C-OPSMGR-AD (or Equal). Quantity: 4 Ea; Line Item 0022: SW Subs,Protection Manager,T1C, Mfr Part # SW-SSP-T1C-PROTMGR-AD (or Equal). Quantity: 4 Ea; Line Item 0023: Mfr Part # SW-SMVI (or Equal). Quantity: 1 Ea; Line Item 0024: SnapManager for VI SW Mfr Part # SW-SMVI-VMWARE (or Equal). Quantity: 4 Ea; Line Item 0025: SW Subs,SnapManager for VI - SW-SMVI, Mfr Part # SW-SSP-SMVI-VMWARE (or Equal). Quantity: 4 Ea; Line Item 0026: Mfr Part # DS14A-R5 (or Equal). Quantity: 1 Ea; Line Item 0027: DS14MK2 SHLF,14.0TB SATA,QS,R5, Mfr Part # DSX-14.0TB-QS-R5 (or Equal). Quantity: 1 Ea; Line Item 0028: Rackmount Kit,4N2,DS14-Middle,R6, Mfr Part # X5515A-R6 (or Equal). Quantity: 1 Ea; Line Item 0029: Cable,Patch,FC SFP to SFP,0.5M,R6, Mfr Part # X6530-R6 (or Equal). Quantity: 2 Ea; Line Item 0030: Power Cable North America,R6, Mfr Part # X800E-R6 (or Equal). Quantity: 2 Ea; Line Item 0031: SupportEdge Premium, 7x24, 4hr Onsite, Mfr Part # CS-O-4HR (or Equal). Quantity: 1 Ea; Line Item 0032: SnapManager SharePoint Implementations RDS,ZA, Mfr Part # PS-RDS-MOSS-IMPL-ZA (or Equal). Quantity: 2 Ea; Line Item 0033: Storage Implementation Base RDS+,ZA, Mfr Part # PS-RDSP-STOR-IMPL-BASE-ZA (or Equal). Quantity: 2 Ea; Line Item 0034: PS Std Daily Consultant, ZA Exp.1yr from PO, Mfr Part # PS-TM-CONSLT-DAY-ZA (or Equal). Quantity: 3 Ea; Line Item 0035: SW,BASE Pack, ZA Exp.1yr from PO, Mfr Part # SW-BASE-PK (or Equal). Quantity: 2 Ea; Line Item 0036: SW Subscription Plan, Mfr Part # CS-S-SSP (or Equal). Quantity: 2 Ea; Line Item 0037: DSK DRV,1TB,7200, Mfr Part # X269A-R5 (or Equal). Quantity: 14 Ea; Line Item 0038: Cable,Optical,Pair,LC/LC,2M,R6, Mfr Part # X6524-R6 (or Equal). Quantity: 10 Ea; Line Item 0039: SFP,Optical,4.25Gb,R6, Mfr Part # X6539-R6 (or Equal). Quantity: 36 Ea; Shipping and Delivery: Shipping costs shall be included in line items and date of delivery shall be by NLT 30 days ARO. Place of delivery for acceptance and FOB point will ALCOM/J660, 10471 20th Street Suite 301, Elmendorf AFB, AK 99506, POC: John Golden (907) 552-2746. Additionally, offers of equal quality must include a copy of the technical description and/or product literature. The following provisions apply to this acquisition: 52.211-5 Brand Name or Equal; FAR 52.212-1 is supplemented per following addenda: "Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 -- Limitations on Subcontracting.; 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 -- Combating Trafficking in Persons; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act- Alternate (I); 52.225-5 -- Trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-36 -- Payment by Third Party; The clause at DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001, (Dev)Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including subparagraphs: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036, Buy American-Free Trade Agreement-Balance of Payments Program; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7023 Alt III, Transportation of Supplies by Sea; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by August 25, 2009, 12:30 pm (Alaska standard time). Quotations shall be submitted to: 3rd Contracting Squadron/LGCB, Attn: SrA Mishell Sonntog, via fax to 907-552-7496 or e-mail: mishell.sonntog@elmendorf.af.mil. (End of Text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F73AJ69189AC01/listing.html)
 
Place of Performance
Address: Elmendorf AFB, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN01917206-W 20090821/090819235712-82df519035de8ccacda9bd6f5e642883 (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.