SOLICITATION NOTICE
70 -- EMC maintenance support - Brand Name Justification
- Notice Date
- 8/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-2205
- Archive Date
- 9/20/2018
- Point of Contact
- Nicholas P Sanginario, Phone: 4018326587
- E-Mail Address
-
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ in Word format Brand Name Justification This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-2205. HW Identifier Model Number Model Description Support Option QTY Instance ID Install at Party Number APM00143622942 VNXB54DP25 VNX5400 DPE 25X2.5" DRIVE SLOTS-EMC RA PREMIUM HW SUPPORT 1 147612545 8692305 APM00143622942 FLV42S6F-200 VNX 200GB FAST CACHE 25X2.5 DPE/DAE PREMIUM HW SUPPORT 3 8692305 APM00143622942 V4-2S6F-200 VNX 200GB SSD 25X2.5 DPE/DAE PREMIUM HW SUPPORT 5 8692305 APM00143622942 V4-VS07-020 VNX 2TB NL SAS 15X3.5 DAE PREMIUM HW SUPPORT 17 8692305 APM00143622942 VNXB54DM VNX5400 ADD ON DM+FC SLIC-EMC RACK PREMIUM HW SUPPORT 1 8692305 APM00143622942 VNXB54DME VNX5400 DME: 1 DM+FC SLIC-EMC RACK PREMIUM HW SUPPORT 1 8692305 APM00143622942 VNXB6GSDAE15 VNXB 15X3.5 6G SAS EXP DAE-EMC RACK PREMIUM HW SUPPORT 2 8692305 APM00143622942 VNXB6GSDAE25 VNXB 25X2.5 6G SAS EXP DAE-EMC RACK PREMIUM HW SUPPORT 1 8692305 APM00143622942 VNXBCS VNXB CONTROL STATION-EMC RACK PREMIUM HW SUPPORT 1 8692305 APM00143622942 VNXBCS2 VNXB 2ND CONTROL STATION-EMC RACK PREMIUM HW SUPPORT 1 8692305 APM00143622942 VNXBRACK-40U VNXB 40U RACK WITH FRONT PANEL PREMIUM HW SUPPORT 1 8692305 APM00143622942 VSPBM8GFFEA VNXB 4 PORT 8G FC IO MODULE PAIR PREMIUM HW SUPPORT 2 8692305 APM00143622942 ESA-VNX5400 EMC STORAGE ANALYTICS VNX5400 SUITE=IC PREMIUM SW SUPPORT 1 188375784 8692305 APM00143622942 FSTS-VNX5400 VNX5400 FAST SUITE=IC PREMIUM SW SUPPORT 1 188375458 8692305 APM00143622942 UNISU-VNX5400 VNX5400 UNISPHERE UNIFIED SUITE=IC PREMIUM SW SUPPORT 1 188375802 8692305 APM00143622942 VNXBOECAPTB VNX OE CAPACITY TIER PER TB FOR VNX=IC PREMIUM SW SUPPORT 34 188375456 8692305 APM00143622942 VNXBOEPERFTB VNX OE PERF TIER PER TB FOR VNX=IC PREMIUM SW SUPPORT 1 188375459 8692305 BRCALJ1902F031 DS-300B-EP DS-300B 8G 24/24P ENTERPRISE SWITCH PREMIUM HW SUPPORT 1 139938579 4350888 BRCALJ1902F031 DS-300B-ENTEP DS-300B ENTERPRIS SW BNDL FOR ENT SWITCH PREMIUM SW SUPPORT 1 139970785 4350888 BRCALJ1935F02M DS-300B-EP DS-300B 8G 24/24P ENTERPRISE SWITCH PREMIUM HW SUPPORT 1 139938585 4350888 BRCALJ1935F02M DSBRLKT-B DSB SW GEN RCK KIT -B PREMIUM HW SUPPORT 2 4350888 BRCALJ1935F02M DS-300B-ENTEP DS-300B ENTERPRIS SW BNDL FOR ENT SWITCH PREMIUM SW SUPPORT 1 139970788 4350888 FC6AV140800291 AVMMAFG4ST AVAMAR G4S MEDIA ACCESS FLD INST RR ENHANCED HW SUPPORT 1 140105410 4350888 This procurement is being competed as a small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334112; the Small Business Size Standard is 1,250 employees. Maintenance coverage through 13-SEP-19 for the following: Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The provision at 52.209-11 – Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law applies to this solicitation. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable the offeror must quote the sole make and model items required by this solicitation (no substitutions allowed) in the specified quantities and meet the delivery requirement specified in this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. C56 ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (MAR2010) (a) Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: X - 36 C.F.R. 1194.23 – Telecommunications Products X - 36 C.F.R. 1194.26 – Desktop and Portable Computers X - 36 C.F.R. 1194.31 - Functional Performance Criteria X - 36 C.F.R. 1194.41 - Information, Documentation, and Support (b) The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items or a Government Product/Service Accessibility Template (GPAT) for service to document compliance with the indicated Section 508 Standards. Please refer to: http://www.itic.org/index.php?submenu=Resources&submenu=Resources&; src=gendocs&ref=vpat&category=resources; or http://www.buyaccessible.gov/ for more information on VPATs and GPATs or contact http://www.access-board.gov/contact.htm or www.gsa.gov/section508 (c) The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. Required delivery is five (5) days ARO, F.O.B. Destination, Naval Station Newport; Newport, RI (02841). Payment will be made via Wide Area Work Flow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, contractor DUNs number. Quotes received after the closing date and time specified will be ineligible for award. Government Point of Contact: Nick Sanginario / Contract Specialist Nicholas.sanginario@navy.mil 401-832-6587
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2205/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN05064795-W 20180901/180830231621-0efe004eee40d3367159febaaa4db54b (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 |