Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

70 -- NetApp EOSL Hw Sw Maintenance Renewal

Notice Date
9/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HJ4701717519
 
Archive Date
9/23/2017
 
Point of Contact
Marge Niedzwicz, Phone: 7035453235
 
E-Mail Address
marge.a.niedzwicz.civ@mail.mil
(marge.a.niedzwicz.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE RFQ HJ4701717519 September 1, 2017 Dear Sir or Madam: The Government hereby requests quotes for Annual Maintenance Hardware and Software Support Renewal for DTIC's Network Applications Systems that are at the Manufacturer's End of Service Life (EOSL) Criteria in accordance with the attached Purchase Description. This Request For Quote follows the procedures of FAR 13. The associated North American Industrial Classification System (NAICS) for this procurement is 541519 - Information Technology Value Added Resellers" with a size standard of 150 employees. EVALUATION CRITERIA: The Government will evaluate quotes and make a selection based on the lowest priced technically acceptable quote. An award will be issued to the offeror submitting an eligible quotation that represents the best overall value to the Government based on the following evaluation factors: 1. Technical acceptability 2. Small Business Concern Preference NAICS: 541519 3. Price ADDITIONAL INFORMATION: 1. Quotes must be firm fixed priced. 2. Quotes must include the entire quantities listed (no substitutions), all or none. 3. Quoters shall include Cage code and DUNS number on their quote. 4. Attached is the Purchase Description. Please submit any questions NLT 4:00 pm on Tuesday, September 5, 2017. The Government will not accept late submissions. Please submit your quote NLT 4:00 pm on Friday, September 8, 2017. The Government will not accept partial or late submissions. If you have any questions, please contact the Contract Specialist listed below. Primary POC: Marge Niedzwicz, Contract Specialist - marge.a.niedzwicz.civ@mail.mil or (703) 545-3235 PURCHASE DESCRIPTION/DELIVERY INFORMATION OF ANNUAL MAINTENANCE RENEWAL FOR NETAPP HARDWARE FOR EOSL SYSTEMS FOR 2017-2018 1. SCOPE. This procurement is for Annual Maintenance Hardware and Software Support Renewal for DTIC's Network Applications Systems that are at the Manufacturer's End of Service Life (EOSL) Criteria. (Systems that are in an EOS category are no longer eligible for regular manufacturer maintenance coverage.) However, it is imperative that these systems identified within this document are under a reasonable maintenance contract at least for a 12 month period. All of these systems are not only critical to the DTIC mission but to the mission of the customers we are contractually obligated to support, which includes hosting vital data for their respective Websites and programs. Further, this renewal is necessary in order to provide DTIC's System Administrators with the on-going tools required for timely equipment repair and phone software support through a reliable vendor. 2. QUANTITIES AND DESCRIPTION. Type of maintenance is Next Business Day (NBD) with Non-Returnable Disk Fees. SERIAL# POP END DATE TYPE/LOCATION (1036663)(TEMSNA) 29 Sept 17 FAS940 (Ft Belvoir) (1057137)(RNA5) 29 Sept 17 R200 (Ft Belvoir) (30021308)(NA2WEST) 29 Sept 17 FAS3140C (San Diego) (30021309)(NA3WEST) 29 Sept 17 FAS3140C (San Diego) (30021314)(NA4) 29 Sept 17 FAS3140C (Ft Belvoir) (30021315)(NA4-B) 29 Sept 17 FAS3140C (Ft Belvoir) (1056237)(NA3) 29 Sept 17 FAS3050 (Ft Belvoir) (1056236)(NA3-B) 29 Sept 17 FAS3050 (Ft Belvoir) (2077121)(NADEV) 29 Sept 17 FAS3050 (Ft Belvoir) (2077120)(NADEVB) 29 Sept 17 FAS3050 (Ft Belvoir) (2077124)(NASTG) 29 Sept 17 FAS3050 (Ft Belvoir) (2077125)(NASTGB) 29 Sept 17 FAS3050 (Ft Belvoir) (3066915)(SNA3) 29 Sept 17 FAS3020C (Ft Belvoir) (3066916)(SNA3-B) 29 Sept 17 FAS3020C (Ft Belvoir) (3068120)(STEMSA) 29 Sept 17 FAS3020 (Fort Belvoir) (3068121)(STEMSNA2) 29 Sept 17 FAS3020 (Fort Belvoir) (3066866)(NALAN2) 29 Sept 17 FAS3020 (Ft Belvoir) (3066867)(NALAN1) 29 Sept 17 FAS3020 (Ft Belvoir) (700000046842)(NALAN3) 29 Sept 17 FAS3140 (Ft. Belvoir) (700000046584)(NALAN3B) 29 Sept 17 FAS3140 (Ft. Belvoir) (30016050/30016051) 29 Sept 17 FAS2050 (Ft. Belvoir) The Non-Returnable Disk Service Fee is included on all of the above systems. 3. DELIVERY. The required Period of Performance (POP) is 30 Sep 2017 through 29 Sep 2018 plus two (2) one-year option periods. 4. DELIVERY ADDRESS. Defense Technical Information Center 8725 John J. Kingman Rd., Suite 0944 Fort Belvoir, VA 22060-6218 5. INSTALLATION ADDRESS. The installation address is the same as the delivery address in item 4. CLAUSES AND PROVISIONS CLAUSES INCORPORATED BY FULL TEXT 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.201-9000 WHS/AD LOCAL CLAUSE: CONTRACTING OFFICER'S REPRESENTATIVE (COR) (MAR 2015) (a) The Contracting Officer's Representative (COR) is a representative of the Government with limited authority who has been designated in writing by the Contracting Officer to provide technical direction, clarification, and guidance with respect to existing specifications and performance work statement/statement of work/statement of objectives, as established in the contract. The COR also monitors the progress and quality of the Contractor's performance for payment purposes. The COR shall promptly report Contractor performance discrepancies and suggested corrective actions to the Contracting Officer for resolution. (b) The COR is not authorized to take any direct or indirect actions or make any commitments that will result in changes to price, quantity, quality, schedule, place of performance, delivery or any other terms or conditions of the written contract. (c) The Contractor is responsible for promptly providing written notification to the Contracting Officer if it believes the COR has requested or directed any change to the existing contract. No action shall be taken by the Contractor for any proposed change to the existing contract. No action shall be taken by the Contractor for any proposed change to the contract until the Contracting Officer has issued a written directive or a written modification to the contract. The Government will not accept and is not liable for any alleged change to the contract unless the change is included in a written contract modification or directive signed by the Contracting Officer. (d) COR authority is not delegable. (e) The COR for this contract is: TBD. (end of clause) 52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Government wide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform <http://fedgov.dnb.com/webform> or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov <https://www.acquisition.gov/> or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) NETAPP END OF SERVICE LIFE MAINTENANCE SUPPORT 1. AGENCY AND CONTRACTING ACTIVITY: Requiring Agency: Defense Technical Information Center (DTIC) 8725 John J. Kingman Road Fort Belvoir, VA 22060 Contracting Activity: Washington Headquarters Services (WHS), Acquisition Directorate (AD) 1225 South 12th Street, Suite 910 Arlington, VA 22202 2. DESCRIPTION OF ACTION: This action requests the approval for a Limited Sources Justification for the procurement of the annual renewal of Network Appliances (NetApp) End of Service Life product maintenance and support. The contract will be firm-fixed price using RDT&E funding. 3. DESCRIPTION OF SUPPLIES/SERVICES: The maintenance renewal for the NetApp End of Service Life (EOSL) support includes a Non-Returnable Disk Service. Systems that are in an EOS category are no longer eligible for regular manufacturer maintenance coverage. The EOSL support includes M-F 8X5 on-site service w/4hr response time, diagnosis and repair of the NetApp storage; end of life support to continue the life of the product; and next business day hardware support with a non-returnable disk service for replacement parts. SERIAL # QUANTITY 1036663-TEMSNA 1 1057137-RNA5 1 30021308-NA2WEST 1 30021309-NA3WEST 1 30021314-NA4 1 30021315-NA4-B 1 1056237-NA3 1 1056236-NA3-B 1 2077121-NADEV 1 2077120-NADEVB 1 2077124-NASTG 1 2077125-NASTGB 1 3066915-SNA3 1 3066916-SNA3-B 1 3068120-STEMSA 1 3068121-STEMSNA2 1 3066866-NALAN2 1 3066867-NALAN1 1 700000046842-NALAN3 1 700000046584-NALAN3B 1 30016050/30016051 1 Performance Periods Performance Period Dates Base Period 30 Sep 17 - 29 Sep 18 Option Period I 30 Sep 18 - 29 Sep 19 Option Period II 30 Sep 19 - 29 Sep 20 Base + All Options 4. AUTHORITY CITED: 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements 5. REASON FOR AUTHORITY CITED: The proposed source is a NetApp authorized reseller that are capable to provide support for the end of life products. NetApp product support is the only maintenance support that can satisfy the Government's requirements. Net App storage environment contains hardware and software, which is proprietary in nature and not compatible with any other manufacturer. The Net App operating system, "Data On Tap" is proprietary software used only on Net App system and is not able to interface with any other manufacturer's product other than Net App. DTIC has invested over $2M over the course of fifteen (15) years in Net App storage hardware, software, and maintenance support. In order to use an alternative shelving unit, DTIC would have to dismantle the current environment and install new data heads and shelves, which is cost prohibitive. Alternative product support cannot meet the requirement without potentially impacting the need for the diagnostic tools required for the System Administrators to provide timely equipment repair and access to phone software support through Net App authorized resellers. The proper maintenance and support of this equipment is extremely important to DTIC's continuing mission requirements and to protect the Agency's vast number of systems from failure. All of the NetApp systems that have come to the end of their service life are not only critical to the DTIC mission but to the mission of the customers we are contractually obligated to support which includes hosting vital data for their respective websites and programs. To replace all of the end of life storage equipment would cost over $1M. At this time, DTIC is looking to moving to the cloud so DTIC management is hesitant in spending any money to procure lifecycle replacement equipment. 6. EFFORTS TO OBTAIN COMPETITION: This will be solicited on FedBizOpps (www.fbo.gov). The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 - Information Technology Value Added Resellers. The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is J070 - Maint/repair/rebuild of equipment. 7. FAIR AND REASONABLE COST DETERMINATION: The Contracting Officer hereby determines that the anticipated price for this contract will be fair and reasonable based upon prior service/procurement history that the previous contractor has provided. The techniques identified at FAR 15.404-1(b)(2)(ii) will be used to ensure award will be fair and reasonable price. Certified Cost and Pricing Data will not need to be obtained since the requirement is for a commercial service. 8. MARKET RESEARCH: Based on DTIC's requirement to have maintenance for an existing hardware/software product(s) which is proprietary in nature, market research was limited. Annual support services can be purchased through a NetApp authorized reseller. There has been no market research conducted regarding non-name brand solutions, due to the incompatible nature of the existing environment with any other sources, the potential of voiding the warranty on shelves currently in use, and for other reasons described above. Annual support services can be purchased through a Net App authorized reseller via the NASA SEWP V contract vehicle or via open market. There are also opportunities for small business using these avenues as well. Potential sources include: a. Total Asset Managers, LLC, DUNS: 79208418, CAGE Code: 70VN7 b. Storage Hawk (dba Pifinity, Inc.), DUNS: 827454864, CAGE Code: 557Z6 9. OTHER FACTS: Previous contract, HQ0034-14-P-0185, Option Year Two (2) was exercised by WHS- AD to Total Asset Managers LLC on 29 September 2016. 10. INTERESTED SOURCES: a. Total Asset Managers, LLC, DUNS: 79208418, CAGE: 70VN7 b. Storage Hawk (dba Pifinity, Inc.), DUNS: 827454864, CAGE Code: 557Z6 11. ACTIONS TO INCREASE COMPETITION: Technical personnel within DTIC will continue to evaluate the market for services and maintenance support commercially available that will fulfill the Government's unique need to provide storage capabilities for DTIC's network infrastructure. WHS/AD will continue to survey the market to research vendors that can provide this service. CERTIFICATION I hereby certify that the supporting data under my cognizance included in this justification are accurate and complete to the best of my knowledge and belief. On File Shacasia King Date Contracting Officer's Representative On File Chrissandra Smith Date Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HJ4701717519/listing.html)
 
Place of Performance
Address: Defense Technical Information Center (DTIC), 8725 John J. Kingman Road, Ft. Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04659325-W 20170903/170901232004-bd43d526b0296b2328f78b962055e895 (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.