SOLICITATION NOTICE
70 -- Disc Array Storage Unit - Holloman AFB Statements
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
- ZIP Code
- 88330-7908
- Solicitation Number
- F2ETGP1164A001
- Archive Date
- 9/14/2011
- Point of Contact
- Lucas C. Martineau, Phone: 5755723991, Mary K Hoelscher, Phone: 575-572-0641
- E-Mail Address
-
lucas.c.martineau@holloman.af.mil, mary.hoelscher@holloman.af.mil
(lucas.c.martineau@holloman.af.mil, mary.hoelscher@holloman.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Holloman AFB specific statements This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2ETGP1164A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is set aside 100% for Service Disabled Veteran owned businesses. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-53. The North American Industry Classification System (NAICS) code is 334112. The SB size standard for this code is 1000 employees. CLIN0001 - P/N 850193430 - NEC D4 Disc Array Unit, 8GB dual active/active controllers. 4gb cache (2gb per controller), dual power supplies, LAN support, storage manager software, Pathmanager (P/N 850193430) - brand name or equal - 1ea A brand name or equal item must have the following specifications: • Disk based backup solution • Atleast 48 TB of capacity with ability to merge more disk space to array • Interface must be iSCSI with 10GB/s transfer speed • Dual power supplies • Dual active controllers • Rack Mountable • RAID capable to continue operations in the event of a disk failure • Can be upgraded to 260 TB + capacity • Compatible with Windows Server 2008 Enterprise • Capable of SAS and SATA driver intermix in same enclosure • Browser based GUI for remote management • Capable of Global hot spares • RJ-45 ports for the 10 GB iSCSI connection CLIN0002 - SAS/SATA 2U Disk Enclosure w/ NEC bezel (6Gbps) (P/N NF5023-CE70A-000) - brand name or equal - 1ea CLIN0003 - SATA disk drive (7200rpm/2TB)/6Gbps) (P/N NF5023-SM808E) - brand name or equal - 24 ea CLIN0004 - iSCSI option for D4 (4x10 Gbps iSCSI ports, 2 per controller) (P/N NF5023-SF11E) - brand name or equal - 1 ea CLIN0005 - 1 year standard software support for Base Prod. Enterprise (iSM, Access Control, Path Mgr) D4 (P/N SD0S430000AMS) - brand name or equal - 1 ea CLIN0006 - Computer Associates ARCserve D2D r 15 for Windows Server Basic Editition - competitive upgrade, plus 3-Year Enterprise Maintenance (P/N CAD2DCR150W03G6) - brand name or equal - 2 ea CLIN0007 - Manufacturer Certified Remote Installation & Validation Phone Assisted Installation - 1 ea Suggested Manufacturer: NEC All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (JAN 2011) FAR 52.212-4 Contract terms and conditions-Commercial Items (JUN 2010) FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (JUL 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793), 38 U.S.C. 4212) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998) FAR 52.252-2 Clauses incorporated by reference (FEB 1998) DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (SEP 2007) DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items (JAN 2011) DFARS 252.225-7001 (Dev) Buy American Act and Balance of Payments Program (DEC 2010)(41 U.S.C. 10a-10d, E.O. 10582) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008)(10 U.S.C.) Points Of Contact Contract Administrator: Lucas C. Martineau, SSgt, USAF, Phone: (575) 572-3991, FAX: 575-572-7333, e-mail Lucas.C.Martineau@holloman.af.mil Contracting officer: Mary K. Hoelscher, Civ, USAF, Phone: 575-572-0641, FAX: (575) 572-7333, e-mail Mary.Hoelscher@Holloman.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St, Suite 2160, Holloman AFB, NM 88330 not later than 1600 (4:00 p.m.) Mountain Standard Time on 30 Aug 2011. All quotes must be marked with RFQ number and title. Attachments: HAFB Statements
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/F2ETGP1164A001/listing.html)
- Place of Performance
- Address: Holloman AFB, NM, Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN02544389-W 20110824/110822235543-1b8a5871f691c98ac9c08e937aef210d (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 |