Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

70 -- FLASH STORAGE SYSTEM

Notice Date
7/1/2024 6:21:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1264
 
Response Due
7/15/2024 12:00:00 PM
 
Archive Date
09/13/2024
 
Point of Contact
Anette Doan, Contract Specialist, Phone: 562-766-2200
 
E-Mail Address
Anette.Doan@va.gov
(Anette.Doan@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. UEI: EFT: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. NOV 2021) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 77 36C26224Q1264 07-01-2024 Doan, Anette 562-766-2200 07-15-2024 12PM PDT 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 X 100 X 518210 $40 Million N/A X 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Financial Services Center Submit invoices electronically to: www.tungsten-network.com 1-877-489-6135 See CONTINUATION Page THIS IS A BRAND NAME OR EQUAL REQUIREMENT FOR FLASH DATA STORAGE AND BACKUP INFRASTRUCTURE. REQUEST FOR QUOTE (RFQ) 36C26224Q1264 IS SET-ASIDE FOR COMPETITION AMONGST SMALL BUSINESS DELIVERY: 30 DAYS ARO THE GOVERNMENT INTENDS TO AWARD A SINGLE CONTRACT, FIRM-FIXED PRICE FOR THIS REQUIREMENT. QUOTE MUST BE SUBMITTED VIA EMAIL TO ANETTE.DOAN@VA.GOV QUOTE MUST BE VALID FOR AT LEAST 60 DAYS See CONTINUATION Page X X X 1 Doan, Anette 36C26224Q1264 Page 1 of 77 Page 2 of 52 Page 1 of 77 Table of Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS 4 B.1 CONTRACT ADMINISTRATION DATA 4 B.2 STATEMENT OF WORK/SALIENT CHARACTERISTICS 5 B.3 PRICE/COST SCHEDULE 11 ITEM INFORMATION 11 B.4 DELIVERY SCHEDULE 13 SECTION C - CONTRACT CLAUSES 14 C.1 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (NOV 2021) 14 C.2 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 15 C.3 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) 16 C.4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) 21 C.5 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) 30 C.6 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 30 C.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR2000) 30 C.8 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020) 30 C.9 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (FEB 2024) ALTERNATE I (MAR 2020) 31 C.10 52.225-1 BUY AMERICAN SUPPLIES (OCT 2022) 36 C.11 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 38 C.12 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 38 C.13 52.233-3 PROTEST AFTER AWARD (AUG 1996) 40 C.14 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 40 C.15 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 41 C.16 VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) 42 C.17 VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (NOV 2022) 43 C.18 VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (NOV 2022) 44 C.19 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 46 C.20 VAAR 852.201-70 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 2022) 47 SECTION D CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 48 SECTION E SOLICITATION CLAUSES AND PROVISIONS 49 E.1 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 49 E.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 51 E.3 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52 E.4 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) 53 E.5 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 57 E.6 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 58 E.7 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) 59 E.8 52.216-1 TYPE OF CONTRACT (APR 1984) 76 E.9 52.233-2 SERVICE OF PROTEST (SEP 2006) 76 E.10 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 76 E.11 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) 77 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: TBD b. GOVERNMENT: Contracting Officer 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive, Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Approved Invoice Per Contract Terms and Conditions 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center P.O. Box 149971 Submit invoices electronically to: http://www.tungsten-network.com ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 STATEMENT OF WORK/SALIENT CHARACTERISTICS Program Objective The overall purpose is to replace, upgrade, and install data storage for the VA Long Beach Health Care System (VALBHCS) Biomedical Engineering data storage and backup infrastructure. All specifications and service/installation terms are listed below. Scope: The contractor shall provide, transport, install, and test all equipment. All equipment and installation must meet manufacturers and VA specifications. The contractor is responsible for any missing parts and components not included in the order to carry out the installation. The contractor shall furnish all supplies, equipment, facilities, and services required for delivery and installation of supplies and equipment. All products must meet all salient characteristics defined in this section: Hardware/software must meet the specs indicated below and must be compatible with VALBHCS server infrastructure and software. Item Number MFG P/N Description QTY 1   AFF-C250   2 AFF-C250A-001 AFF C250 HA SYSTEM 2 3 AFF-C250-000-C AFF C250,8X15.3TB,NVME,SED,CF,NO PSU,-C 1 4 X66250-5-N-C CABLE,LC-LC,OM4,5M,-C 8 5 X66240A-05-N-C CABLE,25GBE,SFP28-SFP28,CU,0.5M,-C 2 6 X1152-N-C MEZZANINE 4-PORT 25GBE,-C 2 7 X4020B-CF-2-B-C DRIVE PACK,NVME,SED,CF,2X15.3TB,BASE,-C 4 8 X5532A-N-C RAIL,4-POST,THIN,RND/SQ-HOLE,SM,ADJ,24-32,-C 1 9 X6589-N-C SFP+OPTICAL 10GB SHORTWAVE,-C 8 10 DOC-AFF-C250-C DOCUMENTS,AFF-C250,-C 1 11 DATA-AT-REST-ENCRYPTION DATA AT REST ENCRYPTION CAPABLE OPERATING SYS 2 12 X737A-C POWER SUPPLY,1600W,-C 2 13 X800-42U-R6-C JUMPER CRD,IN-CAB,C13-C14,-C 2 14 SW-ONTAPO-CF-C02-C SW,ONTAP ONE PACKAGE,PER-0.1TB,CF,C02,-C 2,448 15 PS-DEPLOY-STAND-AFF-L PS DEPLOYMENT,STANDARD,AFF,LOW 1 16 CS-4HR-REPLACEMENT-C 4HR PARTS REPLACEMENT 1 17 CS-ADVISOR-PLUS2-C SUPPORTEDGE ADVISOR PLUS 1 18 CS-NON-RETURNABLE-DRIVE-C NON-RETURNABLE DRIVES (HDDS,SSDS) 1 19 CS-PROTECT-FOR-GOVT-C SUPPORTEDGE PROTECT FOR GOVERNMENT 1 20 CS-G1C-SE-ADVISOR SUPPORTEDGE ADVISOR 1 21   SW-SMIRROR-CLD-ONTAP-ONE   22   SW-S3-SM-ONTAP-ONE   23 PS-TM-FED-DAY-CONSLT-ZA PS STD DAILY CONSULTANT, FED 5 DELIVERY, INSTALLATION, AND IMPLEMENTATION DELIVERY Contractor shall deliver all equipment to the VA Long Beach Health Care System, 5901 East 7th St, Long Beach, CA 90822. Minimal storage time available in warehouse. Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage, and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver specified items only when the site is ready for installation work to proceed. Install all equipment to manufacturer s specifications maintaining Federal and local safety standards. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 120 days after initial award delivery date, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 30 days prior to initial delivery for verification of delivery and installation dates. Delivery and Installation will be coordinated through the COR. INSTALLATION AND IMPLEMENTATION The contractor shall provide installation. The contactor must conduct pre-installation meetings to gather required information for installation. The contractor shall be responsible for all equipment until installed and accepted by the Government. All required equipment shall be fully installed by the Contractor The Contractor shall remove all related shipping debris and cleanup, any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the VALBHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. Installation must be completed between 7:30 AM to 4:00 PM, Monday through Friday excluding federal holidays. Federal holidays available at the Federal Holiday OPM site. If there is an operational conflict with installation, government will provide 24 hour notice of installation change hours. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. Upon coordination with COR for installation, the contractor shall inform the Contracting Officer of any problems which may be anticipated about installation, or which will affect optimum performance once installation is completed. Warranty And Support Warranty and support for the equipment will be provided for 3 years upon receipt and acceptance of the equipment. The warranty and support must be provided to cover all components. 4 hours on-site premium support. All hard drives will be VA property and be kept for sanitization SITE CONDITIONS There shall be no smoking, eating, or drinking inside the hospital at any time unless done so in designated dining areas. Period of Performance: The estimated Period of Performance for overall project is 1 year after contract award. The anticipated period of performance for support services from the warranty is at a minimum 1 year from acceptance. Support services begin when physical installation and final implementation of all buildings are complete. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the POC once all equipment had been delivered and installed. The POC shall inspect all phases of delivery and installation and provide a punch list of any and all missing or damaged products. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The POC shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERABLES User and Service Manuals The Contractor shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each model of equipment purchased to the Contracting Officer s Representative (COR) with delivery of equipment. Additionally, the Contractor free of charge shall provide any upgrades to these documents. These manuals will include all components and subassemblies, including those not manufactured by the Contractor. These manuals and documentation shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. Deliver all compilation of manufacturer recommended maintenance schedule and operation materials to COR upon completion of installation PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. Contractor shall provide floor protection while working in all VA facilities if needed. All material handling equipment shall have rubber wheels. SECURITY REQUIREMENTS Contractor is responsible for notifying COR for escorting duties prior to arriving at the facility. Contractor personnel shall check in with Facilities management upon arrival and departure each day. All contractor personnel must provide one form of valid picture identification at the time of check-in to receive a visitor s badge. Badges must be always worn above the waist and visible while on the jobsite. All contractor personnel will be escorted to the work area by a cleared member of the contractor (PIV cardholder), or VALBHCS representative while on the jobsite. All contractor personal vehicles will be allowed to park in the employee designated vehicle parking spaces in the parking lot as advised by the VA Police. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction. This must be completed within 30 days of termination of the contract. Information System Security/Privacy Language: See Below. No data or any type of storage device will be removed from this VA location. Information technology security requirements: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract will be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. SECURITY STATEMENT: Sensitive VA information is not contained within the systems covered by this contract. Biomedical Engineering shall perform virus scans on all removable media prior to use on VA medical equipment. This includes all types of removable media, including media (e.g., USB devices, CDs, dongles, etc.) that has been issued by VA, media not issued by VA, and media brought in by vendors or independent service organizations. Within accordance of VA Directive 6500, Information Security Program, February 2021. The Vendor will not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information. During onsite service, the Vendor shall be chaperoned by VA Personnel. However, the vendor shall not be issued a UserID/Password. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. The vendor will not have remote access to complete the repair(s) and preventive maintenance. The COR or designee is responsible for the actions of the vendor during the repair. RECORDS MANAGEMENT STATEMENT All records (administrative and program specific) created during the period of the contract belong to the VA Long Beach Health Care System (VALBHCS) and must be returned to VALBHCS at the end of the contract or destroyed in accordance with the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21 , 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Salient Characteristics The virtual machine storage system must include the following characteristics: Compatible with current NetApp virtual machine virtualized with VMware Solid state drive hardware Flash storage NVMe capability Scalable to allow for future expansion 2U with 24 SSD slots 122 TB minimum storage capacity Automatic data tiering Nondisruptive maintenance, upgrade, and scale-out clustering Multifactor admin access Autonomous ransomware protection B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ EER 221616 SEPG 398714 EIL 138 CSN 7035-439936 ALBCC 255001 REPLACEMENT - NEW EE# TO BE ASSIGNED TURN-IN# 2106 AFF C250 HA SYSTEM LOCAL STOCK NUMBER: AFF-C250A-001 0002 1.00 EA __________________ __________________ AFF C250,8X15.3TB, NVME, SED, CF, NO PSU, -C LOCAL STOCK NUMBER: AFF-C250-000-C 0003 8.00 EA __________________ __________________ CABLE, LC-LC, OM4,5M, -C LOCAL STOCK NUMBER: X66250-5-N-C 0004 2.00 EA __________________ __________________ CABLE,25GBE, SFP28-SFP28,CU,0.5M,-C LOCAL STOCK NUMBER: X66240A-05-N-C 0005 2.00 EA __________________ __________________ MEZZANINE 4-PORT 25GBE, -C LOCAL STOCK NUMBER: X1152-N-C 0006 4.00 EA __________________ __________________ DRIVE PACK, NVME, SED, CF,2X15.3TB, BASE, -C LOCAL STOCK NUMBER: X4020B-CF-2-B-C 0007 1.00 EA __________________ __________________ RAIL,4-POST, THIN, RND/SQ-HOLE, SM, ADJ,24-32,-C LOCAL STOCK NUMBER: X5532A-N-C 0008 8.00 EA __________________ __________________ SFP+OPTICAL 10GB SHORTWAVE, -C LOCAL STOCK NUMBER: X6589-N-C 0009 1.00 EA __________________ __________________ DOCUMENTS, AFF-C250, -C LOCAL STOCK NUMBER: DOC-AFF-C250-C 0010 2.00 EA __________________ __________________ DATA AT REST ENCRYPTION CAPABLE OPERATING SYS LOCAL STOCK NUMBER: DATA-AT-REST-ENCRYPTION 0011 2.00 EA __________________ __________________ POWER SUPPLY,1600W, -C LOCAL STOCK NUMBER: X737A-C 0012 2.00 EA __________________ __________________ JUMPER CRD, IN-CAB, C13-C14, -C LOCAL STOCK NUMBER: X800-42U-R6-C 0013 2,448.00 EA __________________ __________________ SW, ONTAP ONE PACKAGE, PER-0.1TB, CF, C02, -C LOCAL STOCK NUMBER: SW-ONTAPO-CF-C02-C 0014 1.00 EA __________________ __________________ PS DEPLOYMENT, STANDARD, AFF, LOW LOCAL STOCK NUMBER: PS-DEPLOY-STAND-AFF-L 0015 1.00 EA __________________ __________________ 4HR PARTS REPLACEMENT LOCAL STOCK NUMBER: CS-4HR-REPLACEMENT-C 0016 1.00 EA __________________ __________________ SUPPORTEDGE ADVISOR PLUS LOCAL STOCK NUMBER: CS-ADVISOR-PLUS2-C 0017 1.00 EA __________________ __________________ NON-RETURNABLE DRIVES (HDDS, SSDS) LOCAL STOCK NUMBER: CS-NONRETURNABLE-DRIVE-C 0018 1.00 EA __________________ __________________ SUPPORTEDGE PROTECT FOR GOVERNMENT LOCAL STOCK NUMBER: CS-PROTECT-FOR-GOVT-C 0019 1.00 EA __________________ __________________ SUPPORTEDGE ADVISOR LOCAL STOCK NUMBER: CS-G1C-SE-ADVISOR 0020 5.00 EA __________________ __________________ SW-SMIRROR-CLD-ONTAP-ONE SW-S3-SM-ONTAP-ONE PS STD DAILY CONSULTANT, FED LOCAL STOCK NUMBER: PS-TM-FED-DAY-CONSLT-ZA GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 2.00 0002 1.00 0003 8.00 0004 2.00 0005 2.00 0006 4.00 0007 1.00 0008 8.00 0009 1.00 0010 2.00 0011 2.00 0012 2.00 0013 2,448.00 0014 1.00 0015 1.00 0016 1.00 0017 1.00 0018 1.00 0019 1.00 0020 5.00 PLEASE REFER TO PDF FOR FULL SOLICITATION INFORMATION AND CLAUSES
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ebc4e5b04def4c8c935f8859f84bba93/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 E 7th Street, Long Beach 90822
Zip Code: 90822
 
Record
SN07114189-F 20240703/240701230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.