MODIFICATION
70 -- NetApp Storage Area Network Supplies
- Notice Date
- 8/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
- ZIP Code
- 28547-8368
- Solicitation Number
- M67001-12-Q-0292
- Archive Date
- 9/4/2012
- Point of Contact
- Jennifer Darcey, Phone: 910-450-5406, Deborah L Woleslagle, Phone: 910-450-5405
- E-Mail Address
-
jennifer.darcey@usmc.mil, deborah.woleslagle@usmc.mil
(jennifer.darcey@usmc.mil, deborah.woleslagle@usmc.mil)
- 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 5.1 as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M67001-12-Q-0292 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation is for 100% small business setaside. The North American Industrial Classification System (NAICS) code for this Brand Name or Equal requirement is 334119, and the small business size standard is 1,000 employees. All 'equal' items quoted must include descriptive literature with detailed specifications. Line item #000 1 - QTY- 2 : FAS2240-2-R5 Description: P/N: FAS2240-2-R5; Line item #000 2 - QTY- 2: X5526A-R6 Description: Rackmount Kit, 4-Post, universal, R6; Line item #000 3 - QTY- 4: X800E-R6 Description: Power Cable North America, R6; Line item #000 4 - QTY- 2: F2240A-2-24x450-R5 Description: FAS2240-2, HA, 24x450GB, Dual CTL; Line item #000 5 - QTY- 4: X1160A-R6 Description: CARD Mezzanine 2-port 10GbE; Line item #000 6 - QTY- 8: X6536-R6 Description: Cable, Cntlr,-Shelf/ Switch, 5m, LC/LC, Op; Line Item #000 7 - QTY- 8: X6589-R6 Description: SFP+Optical 10 Gb Shortwave; Line item #000 8 - QTY- 3: E10GT42BTDA Description: Ethernet Serve adapter 10G -2 ports; Line item #00 09 - QTY- 4: SW-2240A-COMP-BNDL-P Description: SW, Complete Bundle, 2240A,-P; Line item #00 10 - QTY- 4: SW-2240A-ONTAP8-P Description: SW, Data ONTAP Essentials, 2240A, -P; Line item #00 11 - QTY- 2: CS-A2-INST-4R Description: Support Edge Standard Part Replacement 4hr, Install 3yrs; Line item #00 12 - QTY- 1: FAS2240A-HA-SW-R5 Description: FAS2240A, HA CFO Software, R. Additional specs: This request is for two NetApp 2240 Storage SAN's to work as a Cluster for High Availability (HA). The storage must be cable of hosting no less than 5 VMWare ESX 5.0 hosts. The VM host will provide 10 TB of RAW storage for flat files andVM ware ESX 5.0 hosts. SAN must connect to existing Dell R710 servers via SFP cards for 10GB connectivity. The storage must have Mezzanine cards. Disk retention is required for minimum of 3 years. No installation required. This request is in support of the Marines at Camp Lejeune, NC. All quotes must be FOB Destination to Camp Lejeune, NC Zip code 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price technically acceptable. The closing date for this solicitation is 0800 hours on 20 August 2012 (EST). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to jennifer.darcey@usmc.mil or fax to (910) 451-2331.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-12-Q-0292/listing.html)
- Place of Performance
- Address: 1116 Birch St, Camp Lejeune, North Carolina, 28542, United States
- Zip Code: 28542
- Record
- SN02828607-W 20120808/120806235849-3b976f9b34a699df81fde2053124a7cb (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 |