Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2013 FBO #4411
SOLICITATION NOTICE

D -- EMC Clariion Storage Arrays

Notice Date
12/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB184000-14-00536
 
Archive Date
1/25/2014
 
Point of Contact
Maisie Meade, Phone: 301-975-5938
 
E-Mail Address
maisie.meade@nist.gov
(maisie.meade@nist.gov)
 
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13"SIMPLIFIED ACQUISITION PROCEDURES". This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with size standard of $25.5 Million. The Government requires all contractors doing business with the government to be registered with the System for Award Management (SAM). For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. Award will not be made to any contractor that is not registered in SAM. This acquisition is being procured as 100% Small Business Set-Aside. The Government anticipates awarding a single Firm Fixed Price Purchase Order. Background: The Enterprise Systems Division (ESD) of the Office of Information Systems Management (OISM) at NIST provides system administration for all enterprise servers and scientific computing systems for NIST programs. ESD designs, implements, and maintains NIST's automated information processing systems, including the electronic commerce, information delivery systems, and computer storage systems for NIST programs One system ESD manages is the Enterprise Storage Area Network (ESAN). This SAN system provides data storage resources to NIST enterprise servers through EMC Clariion CX3 and one EMC CX4 Clariion Storage array controllers. This procurement is expected to provide annual maintenance and support renewal for existing EMC Clariion Storage Arrays to prevent disruption to the high availability application servers providing critical NIST enterprise services. ESD is seeking to obtain annual maintenance and support renewal for NIST existing EMC Clariion Storage Arrays to prevent disruption to NIST mission-critical services. Qualified interested parties shall quote on all work required for each CLIN being proposed. Responsible quoters shall provide pricing for the following line items: Line Item 0001 Period of Performance: January 1, 2014 - December 31, 2014 Place of Performance: Gaithersburg, MD Description: Contractor shall maintain EMC hardware and software support for the following EMC components. CX3-40F Clariion Controller (SN: APM00083500579) QTY - 1 EMC Navisphere Software. QTY - 1 EMC MirrorView Software. QTY - 1 EMC Analyzer Software. QTY - 1 CX-4PDAE-FD (15-bay Fibre Channel Disk Array Enclosure). QTY - 15 CX-2G10-300 (300GB 10K 2GB/s Fibre Channel Hard Drive) QTY - 225 CX-2GDAE-FD (15-bay Fibre Channel Disk Array Enclosure) QTY - 1 CX-2G10-146 (146GB 10k 2GB/s Fibre Channel Hard Drive) QTY - 15 CLIN 0002 Period of Performance: January 1, 2014 - December 31, Place of Performance: Gaithersburg, MD Description: Contractor shall maintain EMC hardware and software for the following EMC components. CX-40F Clariion Controller (SN: APM000835005112) QTY - 1 EMC Navisphere Software QTY - 1 EMC MirrorView Software QTY - 1 EMC Analyzer Software QTY - 1 CX-4PDAE-FD (15-bay Fibre Channel Disk Array Enclosure) QTY - 3 CX-2GDAE-FD (15-bay Fibre Channel Disk Array Enclosure) QTY - 5 CX-2G10-146 (146GB 10k 2Gb/s Fibre Channel Hard Drive) QTY - 15 CX-2G10-300 (300GB 10K 2Gb/s Fibre Channel Hard Drive) QTY - 105 CX-2GDAE-ATA (2Gigabit Enclosure for ATA Drives) QTY - 3 CX-AT05-320 (320GB 5400 ATA Drive) QTY - 45 CLIN 0003 Period of Performance: January 1, 2014 - December 31, 2014 Place of Performance: Gaithersburg, MD Description: Contractor shall maintain EMC hardware and software support for the following EMC components. Dell/EMC CX4-240c Clariion Controller (SN: APM00110202678) QTY - 1 EMC Unisphere Software QTY - 1 EMC MirrorView Software QTY - 1 EMC SANCopy Software QTY - 1 EMC FAST Cache Software QTY - 1 CX-4PDAE-FD (15-bay Fibre Channel Disk Array Enclosure) QTY - 5 CX-4G15-300 (300GB 10K 4Gb/s Fibre Channel Hard Drive ) QTY - 15 CX-4G10-450 (450GB 10K 4Gb/s Fibre Channel Hard Drive) QTY - 60 FLCXAF04 (100GB Flash Drives) QTY - 5 CLIN 0004: Period of Performance: January 1, 2014 - December 31, 2014 Place of Performance: Boulder, Co. Description: Contractor shall maintain EMC hardware and software support for the following EMC components. EMC CX4-120c Clariion Controller (SN:APM00091800975) QTY - 1 V-CX4-40010K (CX4 VAULT PACK 400GB 10K 4G DRIVES) QTY - 1 CX-4G10-400 (400GB 10K 4Gb/s Fibre Channel Hard Drive) QTY - 10 CX-SA07-010 (1TB 7.2K 3Gb/s SATA Drives) QTY - 30 CX-4G10-600U (600GB 10K 4Gb/s Fibre Channel Hard Drive) QTY - 60 CX-SA07-020U (2TB 7200RPM 520BPS SATA) QTY - 15 CX4-4PDAE (15-bay Fibre Channel Disk Array Enclosure) QTY - 8 SV4-120 (SNAPVIEW FOR CX4-120) QTY - 1 NAV4-120 (NAVI/UNI CX4-120) QTY - 1 CX412C-KIT (CX4-120 DOCS COMMON RTU & POWERPATH) QTY - 1 PROPOSAL INSTRUCTIONS Offerors shall examine and follow all instructions. Failure to do so will be at the Offeror's own risk. The Offeror shall provide the following NIST's minimum requirements for annual maintenance and support for each CLIN listed below. 1. The Offeror shall certify they have qualified EMC trained staff and provide past performance information and contacts that demonstrates they are able to fully support EMC Clariion CX3 and CX4 controllers and disk arrays. 2. Vendor must provide all hardware replacement, firmware, software and labor required to keep the specified equipment fully functional. 3. The Offeror shall provide 24 hours a day, 7 days a week technical support that includes phone-based diagnosis support and 4 hour onsite support response time to both NIST's Gaithersburg, Maryland and Boulder, Colorado Facilities. 4. Overall Arrangement of Proposal. Proposal shall include the following: (i) The solicitation number; (ii) The name of the company, DUNS number, Cage Code address, and telephone and facsimile numbers of the Offeror (and electronic address if available); (iii) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation if applicable; (iv) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office; and (v) Any other business or administrative information that the Offeror wishes to include in its proposal. 5. The Offeror shall propose a price for each Contract Line Item Number (CLIN). PROPOSAL SUBMISSION All proposals must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on January 10, 2014. E-mail proposals shall not be deemed received until the proposal is entered in the e-mail inbox of Maisie Meade at maisie.meade@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Abdul-Kudus Yahaya, Contract Specialist, at maisie.meade@nist.gov no later than December 30, 2013 at 2:00PM Eastern Time. Primary Point of Contact: Maisie Meade maisie.meade@nist.gov Phone: 301-975-5938 Secondary Point of Contacts: Abdul-Kudus Yahaya abdul-kudus.yahaya@nist.gov Phone: 301-975-8497 MiMi Robinson Contracting Officer mimi.robinson@nist.gov Phone: 301-975-3696 BASIS FOR AWARD EVALUATION & AWARD: Award shall be made on the basis of Lowest price/technically acceptable. Technically acceptable means that the quote meets all required specifications. Evaluation of Technical Acceptability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that all of the requirements that define technically acceptable are met. Price shall be evaluated for reasonableness and realism. TERMS AND CONDITIONS: 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-16, Liquidated Damages-Subcontracting Plan; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.217-8 Option to Extend Services; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34, FOB Destination; and The following CAR clauses: (https://www.federalregister.gov/articles/2010/03/08/2010-4132/commerce-acquisition-regulation-car#h-372) 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest; 1352.237-73 Foreign national visitor and guest access to departmental resources; 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. NOTE: The Government does not anticipate any position being proposed to be under the Service Contract Act (SCA) of 1965. However, should your proposal include any of the labor categories covered under the SCA, the Applicable Service Contract Act Wage Determination information is as follows: Wage Determination No.: 2005-2103 Revision No.: 13 Date of Revision: 06/19/2013 If this is applicable to proposal, identify the labor category or categories.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB184000-14-00536/listing.html)
 
Record
SN03256627-W 20131222/131220235905-ffd9ace78760ec66783e07b6ec2a590e (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.