MODIFICATION
70 -- INFINITE STORAGE SERVER
- Notice Date
- 8/1/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-14-T-6480
- Response Due
- 8/5/2014
- Archive Date
- 9/4/2014
- Point of Contact
- Point of Contact - BELINDA SANTOS, Contract Specialist, 619-553-4502; AURORA VARGAS, Contracting Officer, 619-553-0901
- E-Mail Address
-
Contract Specialist
(belinda.santos@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001, effective 8/1/14. The purpose of this amendment is to provide answers to the questions received in regards to this solicitation. Questions 1) Where is the 'Place of Performance' or shipping destination located? Only a Zip Code is required if there are security concerns. This was not specifically listed in the RFQ or other documents. This is needed to calculate FOB destination shipping unless another shipping method is preferred. Zip code is 92152 2) Exactly what is required to be included, or to be made available, on the 'CD-ROM update media'? Answer: E) All of the above a) O/S b) vCloud c) Virtual SAN d) Cloudera e) All of the above f) Other 3) Which 'Cloudera Enterprise' version is required? there is a difference of thousands of $dollars$ between options a) and c) Answer: c)Data Hub a) Basic b) Flex c) Data Hub 4) Which 'vCloud Suite' version is required? there is a difference of several thousands of $dollars$ between options a) and c) Answer: c)Enterprise a) Standard b) Advanced c) Enterprise 5) Which version of O/S is preferred? Answer: RHEL 6.5 a) RHEL 6 b) RHEL 7 c) Other? 6) Exactly which filer system is required? A) EXT a) EXT b) XFS c) Other 7) What specifically is the 3-year extended warrantee expected to cover? Answer: c) Hardware, COTS items and software a) Hardware only b) Hardware & COTS items c) Hardware, COTS items and software d) Other Questions 1. The RFQ specifies "Open source operating system bundled with support with subscription and software download." Can the Government please clarify if there is a desired operating system, such as VMware vSphere? RHEL 6.5 with a Hypervisor solution such as VMware 2. The RFQ specifies "vCloud Suite installed and configured for all servers." There are three (3) different versions of vCloud available from VMware. Can the Government please clarify which vCloud Suite version is desired? Enterprise 3. The RFQ specifies shipping to SSC Pacific, San Diego, CA. The RFQ also requires onsite installation. Is the hardware to be installed in San Diego or some other location? Can the Government please provide the installation location(s)? San Diego zip code 92152 Questions - - Is any data migration required as part of the implementation? No - Is any transition from existing virtual platforms required as part of the implementation? No - What is the existing SAN solution in place today and will VSAN be replacing, augmenting or will it be a green fields new deployment? New deployment - Do you require training for any of the technology components? No - Would the training be required for implementation and design or simply for administration of the solution (management)? No training needed - Do you prefer classroom training or onsite training? No training required - How many personnel would need to be trained? 0 - Do you require as-built documentation of the solution design and/or implementation documentation? No - In addition to as-built documentation do you require any customized run-book documentation or videos for operational exercises of the environment? No - Are cleared personnel required for the professional consulting services? No - If cleared personnel are required, to what level must they be cleared? N/A - Will the contract (as awarded) provide a DD254 for the cleared personnel (if applicable)? No - Can the sites where implementation and/or delivery must occur be disclosed? Yes, SSC Pacific San Diego - Can any of the network information or specifics of the application/data be disclosed for professional services planning? No - Do you require project management (project planning, tracking and reporting) or only an implementation and migration service for all components in the BOM? No Questions - Which version of Vmware vCloud Suite do you need? Advanced or Enterprise 3? Enterprise 3 For the support on the above license, do you want one or three years support? Three years ____________________________________________________________________ This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive quotes are being requested under N66001-14-T-6480. This requirement is for brand name or equal, set-aside for small business, NAICS code is 334118 and business size standard is 1,000 employees. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced, technically acceptable quote. Quotes will be evaluated on an "all or none" basis. See attached document for list of items and descriptions. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-74, Effective 01 Jul 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20140624 (Effective 24 Jun 2014) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause 52.212-1, Instructions to Offerors Commercial and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications Commercial Item applies to this acquisition in e-Commerce. FAR Clause 52.211-6, Brand Name or Equal FAR Clause 52.212-2, Evaluation Commercial Items FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.204-2, Security Requirements 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) 52.211-17, Delivery of Excess Quantities 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements and Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. 52.219-6, Notice of Total Small Business Set-Aside 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.222-3, Convict LaborE.O. 11755) 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity(E.O. 11246) 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans 52.223-15, Energy Efficiency in Energy Consuming Products 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332) 52.233-3, Protest After Award (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78) DFAR 252.211-7003, Unit Identification and Valuation (applies to items over 5k). DFARS Clause 252-204-7001, Commercial and Government Entity (CAGE) Code Reporting, 52.204-6, Data Universal Numbering System (DUNS). This RFQ closes on August 5, 2014 at 1:00 PM, Pacific Time. All questions and quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-14-T-6480. The point of contact for this solicitation is Belinda Santos at belinda.santos@navy.mill. Please include RFQ N66001-14-T-6480 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3945456eda50672db25279f4d924543)
- Record
- SN03446980-W 20140803/140801235046-f3945456eda50672db25279f4d924543 (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 |