Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
MODIFICATION

70 -- Backup Software

Notice Date
4/26/2017
 
Notice Type
Modification/Amendment
 
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-0447
 
Point of Contact
Karen L. Sampson, Phone: 401-832-4343
 
E-Mail Address
karen.sampson@navy.mil
(karen.sampson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of Amendment 0001 is to refine the requirements for the Backup Software and extend the quotes due date. This combined synopsis and solicitation 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-17-Q-0447. The North American Industry Classification Systems (NAICS) code for this requirement is 511210. The Small Business Size Standard is $38.8M. This action is being processed on a 100% Small Business Set-Aside basis. The NUWCDIVNPT Office for Small Business Programs concurs with the 100% Small Business Set-Aside determination. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following item on a Firm- Fixed Price basis: Contract Line Item Number 0001 : Backup Software with the Minimum Specifications/Salient Features listed below: Quantity: 01 EACH: - Software only solution to backup up data on a multi-platform (Windows and Linux) system in both the virtual and physical environments - Size of data to be backed up will be up to 1Petabyte (PB) - Socket count for virtual environment is 44 - Socket count for physical environment is 16 - Must support approval process thru DADMS (Department of Navy Application and Database Management System) - Back-up solution must not require any proprietary items restricting maintenance - Scalable Data Capacity (1 to 3 PB) - Provide agentless back-up for both physical and virtual environments (Does not require an additional software application installation on the host system to communicate with the back-up server) - Must allow for data compression - Must provide/utilize De-duplication (used to prevent creating duplicate or redundant information during back-up process) - Must provide Virtual Machine (VM) verification of backed up VM data - 2 years of maintenance and technical support The Backup Software must: (1) meet the Government's minimum requirements above. Detailed configurations must be provided with quotes. F.O.B. Destination: Newport, RI. Required delivery is thirty (30) days after receipt of order or sooner. Offers must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, 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 Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies payment will be via Wide Area Workflow, otherwise the Government's preferred method of payment is credit card. This requirement will be awarded to the Offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the Offeror must quote the items specified, meeting the minimum specifications in the required quantity; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508: The following EIT Accessibility Standards apply: 508 Compliant ID # 1911 -36 C.F.R. § 1194.21 - Software Applications and Operating Systems -36 C.F.R. § 1194.22 - Web-Based and Internet Information and Applications -36 C.F.R. § 1194.26 - Desktop and Portable Computers -36 C.F.R. § 1194.31 - Functional Performance Criteria -36 C.F.R. § 1194.41 - Information, Documentation, and Support The Contractor shall furnish items or services provided under this contract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include price, delivery terms, and the following additional information with submissions: Point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNs number. Quotes must be received on or before Thursday, 4 May, 2017 at 2:00PM EST. Quotes received after this date and time are late and will not be considered for award. Quotes shall be submitted via electronic submission to Karen Sampson at karen.sampson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0447/listing.html)
 
Record
SN04486212-W 20170428/170426235212-0b1fc7ba934665f54846d2189452d52b (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  © 1994-2020, Loren Data Corp.