SOLICITATION NOTICE
D -- Network Appliance Maintenance
- Notice Date
- 11/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-17-Q-0265
- Archive Date
- 11/24/2016
- Point of Contact
- Tracy J. Hamilton, Phone: 401-832-8609, Debra J Dube, Phone: 401-832-2281
- E-Mail Address
-
tracy.j.hamilton@navy.mil, debra.dube@navy.mil
(tracy.j.hamilton@navy.mil, debra.dube@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and 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 will not be issued. Request for Quotation (RFQ) number is N66604-17-Q-0265. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Purchase Order for the renewal of hardware and software maintenance contract for Network Appliance FAS3250 data storage systems used to store critical torpedo program data in the Weapons Analysis Facility (WAF). Annual maintenance support is required to minimize system down time on critical hardware and to maintain Information Assurance Vulnerability Alert (IAVA) compliance. Network Appliance, Sunnydale, CA is the original equipment manufacturer (OEM) of the Network Attached Storage hardware. The software maintenance and renewal can only be met with NetApp FAS3250 Software Maintenance Renewal; substitutions will not be accepted. A complete, commercial line item breakdown of the requirement is as follows: CLIN 0001 - NetAppliance FAS3250 Data Storage System Maintenance (Serial Numbers 700002169533 & 700002169545) - Term 1 year Non-Returnable Disk, Renewal, VA (p/n CS-SEC-NBDD-VA) - Quantity 2 SE Secure, Next Business Day Parts Delivery (p/n CS-R-NRD2-VA) - Quantity 2 CLIN 0002 - NetAppliance FAS3250 Data Storage System Maintenance (Serial Numbers 700002169715 & 700002169727 - Term 1 year Non-Returnable Disk, Renewal, VA (p/n CS-SEC-NBDD-VA) - Quantity 2 SE Secure, Next Business Day Parts Delivery (p/n CS-R-NRD2-VA) - Quantity 2 CLIN 0003 - NetAppliance FAS3250 PAMII-FlashCache Module Maintenance (Serial Numbers 9428826036, 9428826048, 9428826309 & 9435065043) - Term 1 year Non-Returnable Disk, Renewal, VA (p/n CS-SEC-NBDD-VA) - Quantity 2 SE Secure, Next Business Day Parts Delivery (p/n CS-R-NRD2-VA) - Quantity 2 This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. Government credit card is the preferred method of payment. F.O.B. Destination Naval Station Newport; Newport, RI; Period of Performance is from 01 November 2016 through 31 October 2017. This procurement is being solicited as 100% small business set-aside under NAICS Code 511210; size standard $38.5M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4-Contract Terms and Conditions-Commercial Items and 52.212-5-Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (DEVIATION 2013-O0019)(Jul 2014) applies to this solicitation. The following addenda and/or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. This solicitation requires registration in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ to be eligible for award. Instructions for registration are available at the website. Interested parties may identify their interest and capability to respond to the requirement. Offers should be structured to reflect CLIN structure above (CLINs 0001-0003). Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor cage code and contractor DUNS. Section 508 applies: Item or service is for a national security system - Heavyweight and Lightweight Torpedo Program. All timely offers will be considered. Offers shall be submitted electronic to Tracy J. Hamilton at tracy.j.hamilton@navy.mil. Offers must be received on or before 2:00 p.m. Eastern Standard Time (EST) on Wednesday, 09 November 2016. Offers received after this date are late and will not be considered for award. For information on this acquisition, please contact Ms. Tracy J. Hamilton at 401-832-8609.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0265/listing.html)
- Place of Performance
- Address: NUWCDIVNPT, Newport, Rhode Island, 02840, United States
- Zip Code: 02840
- Zip Code: 02840
- Record
- SN04320154-W 20161105/161103234747-bb1b02933850af4326349d989038d37f (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 |