MODIFICATION
70 -- NetApp Parts
- Notice Date
- 6/4/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8224-12-T-0039
- Point of Contact
- Dayna Parkin-Urquhart, Phone: 1-801-775-3564
- E-Mail Address
-
dayna.urquhart@hill.af.mil
(dayna.urquhart@hill.af.mil)
- Small Business Set-Aside
- N/A
- 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). Other Than Full and Open Competition. NAICS CODE: 334112 Responsible offerors shall provide pricing for the items on the equipment list: The Air Force plans to procure CLIN: (1ea) Item Number FAS2240-2-R5 NETApp FAS2240-2-R5, (2ea) Item Number FAS2240A-HA-SW-R5 FAS2240,HA CFO Software, R5, (2ea) item number SW-2240A-ONTAP8-P SW,Data Ontap Essentail,2240A,-P, (2ea) item number SW-2240-SNAPVAULT-P SW,SnapVault,2240-P, CLIN: 0002 (2ea) item number SW-CIFS-C SW-CIFS,-C, (2ea) item number SW-FCP-C S,FCP,-C, (2ea) item number SW-ISCSI-C, SW,ISCSI,-C, (2ea) item number SW-NFS-C, SW,NFS,-C, (1ea) item number X5526A-R6 Rackmount Kit, 4-Post Universal, R6, CLIN: 0003 (2ea) item number SW-240A-SMIRROR-C SW,SnapMirror,2240A,-C, CLIN: 0004 (1ea) item number F2240-2-24X600-8G-R5FC, Dual CTL, CLIN: 0005 (2ea) item number SW-2240A-SRESTORE-C SW,SnapRestore,2240A,-C, (2ea) item number X800E-R6 Power Cable North America, R6, CLIN: 0006 (1ea) item number CS-NRD-FEE, Non Returnable Disk Fee, CLIN: 0007 (1ea) Item Number CS-SEC-NBD, SE Secure for Gvt, Next Bus Day Onsite, CLIN: 0008 item number (1ea) DS2246-R5 Server, (1ea) DS2246-1007-12S-QS-R5, DSK SHLF,12x600GB,10K,6Gb,SAS,IOM6,QS,R5, CLIN: 0009 (1ea) item number X5526A-R6 Rackmount Kit,4-Post,Universal,R6, CLIN: 0010 (4ea) item number X6557-R6 Cable, SAS Cntrl-Shelf/Shelf-Shelf/HA,0.5m, CLIN: 0011 (3ea) item number X6560-R6 Cable, Ethernet,0.5m RJ45 CAT6, (2ea) item number X800-42U-R6 Cabinet Component Power Cable, R6, CLIN: 0012 (1ea) item number CS-NRD-FEE Non Returnable Disk Fee, CLIN: 0013 (1ea) item number CS-SEC-NBD Se Secure for Gvt, Next Bus Day Onsite, CLIN: 0014 (1ea) item number PS-RDSP-STORIMPL-BASE-ZA, Storage Implementation Base RDS+,ZA, CLIN: 0015 (1ea) item number PS-RDSP-STOR-IMPL-SM-ZA, Storage Impl SnapMirror Add-on RDS+,ZA, CLIN: 0016 (1ea) item number PS-RDSP-STOR-IMPL-SV-ZA, Storage Impl SnapVault Add-on RDS+,ZA from Global Technology Resources, Inc. The Government does not own the data rights to the data or software code and cannot reproduce the Global Technology Resources, Inc products. Global Technology Resources, Inc has sole proprietary rights and no other company has the data rights to sell. Contractor must be an authorized Global Technology Resources, Inc distributor; verification will be made with the company. Offeror's must provide new products; refurbished parts will not be accepted. AUTHORITY: 10 U.S.C. 2304 (C)(1), JUSTIFICATION: SUPPLIES REQUIRED ARE FROM ONLY ONE OR A LIMITED NUMBER OF RESPONSIBLE SOURCE(S) AND NO OTHER TYPE OF SUPPLIES WILL SATISFY AGENCY REQUIREMENTS. THE PROPOSED CONTRACT ACTION IS FOR SUPPLIES AND SERVICES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE, OR A LIMITED NUMBER OF SOURCES UNDER THE AUTHORITY OF FAR 6.302-1. INTERESTED PERSONS MAY IDENTIFY THEIR INTEREST AND CAPABILITY TO RESPOND TO THE REQUIREMENT OR SUBMIT PROPOSALS. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. HOWEVER, ALL PROPOSALS RECEIVED PRIOR TO THE CLOSING DATE ON THE SOLICITATION WILL BE CONSIDERED BY THE GOVERNMENT. A DETEMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED CONTRACT BASED UPON RESPONSES TO THIS NOTICE IS SOLEY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALY BE CONSIDERED SOLEY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. SPECIFICATIONS, PLANS, OR DRAWING RELATING TO THE PROCUREMENT DESCRIBED ARE INCOMPLETE OR NOT AVAILABLE AND CANNOT BE FURNISHED BY THE GOVERNMENT. THE GOVERNMENT DOES NOT OWN THE DATA OR RIGHTS TO THE DATA NEEDED TO PURCHASE THIS ITEM FROM ADDITIONAL SOURCES. DELIVERY 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 to ensure that the required service is being provided throughout the period of performance. EVALUATION CRITERIA AND BASIS FOR AWARD offers will be ranked by price from lowest to highest then beginning with the lowest they will be evaluated to ensure they meet the technical requirements. As soon as an offer is found that meets the requirements the evaluation will end no more expensive proposals will be evaluated. Technical requirements means the offeror is an authorized reseller of Quantum, and can provide all required services. REQUIRED SUBMISSIONS All offerors shall submit the following: 1) An original and one copy of a technical quotation which addresses all services being delivered and provides FOB Destination pricing for all services; 2) Documentation that the offeror is an authorized reseller; 3) This is an Open-Market Combined Synopsis/Solicitation for equipment 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. 4) If the offeror is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 5) The offeror's Dun and Bradstreet number. All quotations shall be sent to: Dayna.urquhart@hill.af.mil All offerors shall ensure the RFQ number is visible on the outermost packaging. PROVISIONS AND CLAUSES 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: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 52.247-34 F.O.B Destination 252.211-7003 Item Identification and Valuation Items will be delivered to the following address: ATTN: Robert Mortensen 1050 East Stewart Ave, BLDG 2025 Peterson Air Force Base, CO 80914-2902 The solicitation will be issued on 17 May 2012. The Offer Due Date is 07 June 2012 10:00 AM MST. The entire solicitation will be made available only on FedBizOpps (FBO) website at: http://www.fbo.gov. Questions regarding this acquisition should be emailed to Dayna Urquhart at Dayna.Urquhart@hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-12-T-0039/listing.html)
- Place of Performance
- Address: Hill Air Force Base, Maryland, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02765630-W 20120606/120604235506-98e94710c67da94d013473b3dde12df2 (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 |