SOLICITATION NOTICE
58 -- COLDSTORE VIDEO SURVEILLANCE STORAGE - Justification
- Notice Date
- 9/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ003022120001000
- Archive Date
- 10/10/2012
- Point of Contact
- Susan M. Madrid, Phone: 951-413-2371, Jessie Feliciano, Phone: 951-413-2406
- E-Mail Address
-
susan.madrid@dma.mil, jessie.feliciano@dma.mil
(susan.madrid@dma.mil, jessie.feliciano@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Justification COMBINED SYNOPSIS/SOLICITATION COLDSTORE NETWORK ATTACHED STORAGE ARRAY FOR VIDEO SURVEILLANCE STORAGE HQ003022120001000 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Item 0001 below is being requested as ‘items unique to the manufacturer'. The requested items are manufactured by Veracity USA, Inc., no substitutions will be accepted. Justification and Approval is included herein. a. Solicitation Number HQ003022120001000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-61, effective 13 Sep 2012 and DFARS Change Notice 20120906. c. NAICS Code: 334511, small business size standard of 750 employees. d. Description: CLIN 0001 Nomenclature: Coldstore Storage Array Quantity: 6 Each Mfr: Veracity USA, Inc. Description: Architecture: NAS disk filing system Must support NTP time synchronization Data interface: Dual Gigabit Ethernet interface Max throughput 320Mbit/sec (must support scalability with multiple units) System interface: System control direct from 3rd party client application Must have available SDK and network protocols documentation Must support Windows Storage Architecture Must be fully certified by Genetec as compatible with Security Center 5.1 or above Storage: 15 x 3.5" disks must include lockable cradles Max. Capacity (with 4TB disks): Raw - 60TB Effective - 56TB Effective - 28TB Software configurable alarm I/Os: 4 relay outputs (disk fail, disk inserted, disk extracted, PSU fail, etc.) 4 inputs (UPS active, power down, start fans, etc.) Power consumption: 42 to 62 watts average (single PSU) 59 to 74 watts average (dual hot-swap PSU) 320W power supply rating Dimensions: 19" rack width, 4U high, 440mm deep 22kg e. FOB Delivery and acceptance will be made at: AMERICAN FORCES NETWORK-BROADCAST CENTER 23755 Z. STREET RIVERSIDE, CA 92518 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov. g. FAR Provision 52.212-2 (Evaluation-Commercial Items) (JAN 1999) with the following insertion in para (a): Award will be made to the offeror who is deemed responsible in providing the lowest priced, technically acceptable offer resulting in the best value to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following two (2) factors: (1) Technical Capability: Meets Brand Name specifications in accordance with "Description" in paragraph d. above. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. g. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2012). Electronic ORCA is located at http://orca.bpn.gov. h. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JUL 2012)(Deviation) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. i. The DPAS rating is: A70 j. Quotations are due by 2:00PM Pacific Standard Time (PST) on 25 Sep 2012 in order to be considered. Send proposal responses to Susan Madrid @ susan.madrid@dma.mil or via fax to (951) 413-2432; submission via e-mail is the preferred method. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2371. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b2ac5290938b85b434f3ddc56f9dd222)
- Place of Performance
- Address: 23755 Z. Street, Riverside, California, 92518, United States
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN02893296-W 20120923/120922000048-b2ac5290938b85b434f3ddc56f9dd222 (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 |