Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

D -- Nutanix Brand Warranties

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-6431
 
Response Due
5/22/2018
 
Archive Date
6/21/2018
 
Point of Contact
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(dorothy.powell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 1 effective 05/15/2018 - Extended the closing date to 05/22/2018 ********************************************************************** This RFQ closes on May 21, 2018 at 10:00 AM, Pacific Daylight Time (PDT). This is a "Brand Name" (DO NOT SUBSTITUTE). Competitive quotes are being requested under N66001-18-Q-6431. The Government is seeking to acquire brand name hardware support for the NUTANIX brand computing platforms services. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Competitive quotes are being requested and must be "Brand Name" only. Anticipated contract line items are as follows: "DESCRIPTION OF REQUIREMENTS" 1. RS-PRD-1065S- 1YR from date of award 1YR Production 24/7 System support renewal for NUTANIX 1065S NUTANIX - RS-PRD-1065S-1YR ((8 each) 2. REN-S-NRDK- HDD-2TB-1YR from date of award Support for non-returned 2TB HDD replacement, 1 YR (per drive) NUTANIX - REN-S-NRDK-HDD-2TB-1YR (64 each) 3. REN-S-NRDK-SSD-480GB-1YR from date of award Support for non-returned 480GB SSD replacement, 1 YR (per drive) NUTANIX - REN-S-NRDK-SSD-480GB-1YR (32 each) 4. RS-PRD-1065S- 1YR from date of award 1YR Production 24/7 System support renewal for NUTANIX 1065S NUTANIX - RS-PRD-1065S-1YR (4 each) 5. REN-S-NRDK- HDD-2TB-1YR from date of award Support for non-returned 2TB HDD replacement, 1 YR (per drive) NUTANIX- REN-S-NRDK-HDD-2TB-1YR (32 each) 6. REN-S-NRDK-SSD-480GB-1YR from date of award Support for non-returned 480GB SSD replacement, 1 YR (per drive) NUTANIX - REN-S-NRDK-SSD-480GB-1YR (16 each) Special Notes: 1. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted item to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. To be considered for award, the offeror/contractor is required to submit documentation confirming that they are a FEDERALLY authorized resell partner, authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. c. The following product certification statement below applies to line items 0001 through 0006 and each offeror MUST submit supporting documentation, as needed: 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing, or as a separate line item showing its price. 4. Delivery: Within 30 days after receipt of the contract award. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the specification/part numbers on the product list are met to include all information required for a complete quote as defined above. Offerors shall provide a quote that identifies the Brand Name items description and part numbers. Additionally, offerors shall specify delivery timeframes in their quote. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items (shipping and label also) the total firm-fixed-price shall include all applicable taxes, shipping, and handling costs. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96, Effective: 06 Nov 2017 and Defense Federal Regulation Supplement (DFARS), DPN 12/28/2017. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which can be accessed in full text at www.farsite.hill.af.mil. The following Clause apply: The following Clause apply: 52.204-7, System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.204-17, Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.207-4 Economic Purchase QuantitySupplies AUG 1987 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-6, Brand Name or Equal AUG 1999 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2, Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1, Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 252.203-7005, Representation Relating to Compensation of Former dod Officials NOV 2011 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011, Alternative Line Item Structure SEP 2011 252.211-7003, Item Unique Identification and Valuation, MAR 2016 252.211-7008, Use of Government-Assigned Serial Numbers, SEP 2010 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/001f7fbd1a083fbdaa46821f591772bc)
 
Record
SN04922920-W 20180517/180515230648-001f7fbd1a083fbdaa46821f591772bc (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.