Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

70 -- Brocade Fiber Channel Switches and Service

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0675
 
Archive Date
9/21/2011
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/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 DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology/Office of Information System Management (OISM) provides computer enterprise storage solutions to NIST programs. The Enterprise Network Backup group (aka TSM) within the Enterprise System Division requires two (2) Brocade switches model 5140s to replace outdated Brocade switches that are no longer being supported by the vendor. This is a brand name only requirement for the purchase of the Brocade Fibre Channel Switches model 5140. The Enterprise System Division's (ESD) of the Office of Information System Management Enterprise Backup projects use these Brocade switches to connect disk and tape storage resources with the backup servers. The required Brocade switches will be integrated into an existing storage area network infrastructure comprised of other Brocade switches. The Brocade switches are manufactured with custom configured proprietary hardware and software. The proprietary hardware and software were developed and copyrighted by and are marketed and maintained solely by Brocade. Only Brocade has the technical expertise and access to proprietary source code to provide the level of support requested and to develop and make available temporary patches to fix errors. Installation of products from other brand other than Brocade will introduce the possibility of system incompatibilities, which could result in corruption of data. Responsible quoters shall provide pricing for all of the following line items: LINE ITEM 0001: Quantity 2 each, Brocade Silkworm 5140 8Gbps fabric switch with Enterprise Feature Bundle with 40 active ports, 39 short wave length (SWL) 8Gbps BR SFPs, and 1 long wave length (LWL) 8Gbps BR SFP. Brocade Part Number BR-5140-1008-R5-C; LINE ITEM 0002: Quantity 2 each, Brocade fixed rack mount kit that will fit standard 19 inch rack; Brocade Part Number X5515A-R6; LINE ITEM 0003: Quantity 2 each, 36 month/3 years of SupportEdge standard Next Business Day Part Replacement, including installation. Brocade Part Number CS-A2-INST-NBR; LINE ITEM 0004: Quantity 2 each Enterprise Software Bundle for Brocade 5140: TRK, APM, FW, EF, AN. Brocade Part Number: BR-MIDREB-01. DELIVERY Delivery shall be completed in accordance with the Contractor's commercial schedule. Delivery shall be made to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA NIST will inspect all equipment to ensure that the required equipment has been provided. Equipment must perform to all manufacturers' specifications. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the quoter who is an authorized reseller, provides all required products and services and quotes the lowest price. Price will be evaluated inclusive of any proposed trade-in credit. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a technical quotation which addresses all products and services being delivered and provides FOB Destination pricing for products and services; 2) Documentation that the quoter is an authorized reseller; 3) An original and one copy of a price quotation for all products and services including the trade-in credit, if quoted; 4) This is an Open-Market Combined Synopsis/Solicitation for equipment and services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 5) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on September 6, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of quotes. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0675/listing.html)
 
Place of Performance
Address: Ship to:, NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02556465-W 20110901/110831000957-2a4c00233787cd0fd4c26e04b096f48e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.