Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2015 FBO #4855
SOLICITATION NOTICE

70 -- Support Renewal and Co/Term - Brand Name Justification

Notice Date
3/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
10695J1016
 
Archive Date
3/27/2015
 
Point of Contact
Luis "Cisco" Kagalis, Phone: 5713450583, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
KagalisL@State.gov, SanchezVJ@state.gov
(KagalisL@State.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. 2. The solicitation number is 10693J1025 and is issued as a Request For Quote (RFQ), unless otherwise indicated herein. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. 4. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000 employees. 5. This requirement contains a Name-Brand Justification for Nexenta. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. 6. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. 7. The Department of State requires the following items, "Brand Name" (EXACT MATCH ONLY) to the following: Nexenta Storage SupportRenewals and Co/Term: QTY Code Description 9.0 SUPENG128TB1A Support Adjustment Gold: 1 month for 128TB Gold Base; 2.0 SUPENG16TB1A Support Adjustment Gold: 1 month for 16TB Gold Base; 11.0 SUPENG32TB1A Support Adjustment Gold: 1 month for 32TB Gold Base; 11.0 SUPENG64TB1A Support Adjustment Gold: 1 month for 64TB Gold Base; 22.0 SUPHACLUS1A Support Adjustment HA Plug In: 1 month for HA Plug In; 38.0 SUPTRGTFC1A Support Adjustment: 1 month support for Target FC; 2.0 SUPENG128TB1R Support: Renew year of Gold-level support for 128 TB Gold license; 2.0 SUPENG32TB1R Support: Renew year of Gold-level support for 32 TB Gold license; 2.0 SUPENG64TB1R Support: Renew year of Gold-level support for 64 TB Gold license; 4.0 SUPHACLUS1R Support: Renew year of support, at same level as NexentaStor support, for HA Cluster Plug-in; 8.0 SUPTRGTFC1R Support: Renew year of support, at same level as NexentaStor support, for Target FC Plug-in. 8. Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. 9. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. All products will be shipped to Ashburn, VA 20147. 10. The selected Offeror must comply with the following commercial item terms and c0nditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.217-6, 52.217-7, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. --Marking instructions for packaged items will be identified in the award.-- ***Question Submission: Interested offerors must submit any questions within 48 hours of the closing time and date of the solicitation, to enable the Buyer to respond. Questions not received within this window of time may not be considered.*** 11. In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. For this requirement, offerors are required to provide delivery schedule and past performance history for Government purchases. Anyone other than the manufacturer, offering the name-brand manufactured products, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor, if and when applicable. 12. An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed requirements as identified, and past performance are more important than price. All unit rates should include all costs including shipping to Rosslyn, VA 22209. 13. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10695J1016/listing.html)
 
Place of Performance
Address: State Annex 20, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN03661230-W 20150311/150309234704-45f63b8d598e1c683fa481c6263e276e (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.