Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

74 -- AVID NEXIS Supplies, hardware support, and training

Notice Date
8/5/2020 10:42:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920RZ119
 
Response Due
8/19/2020 12:00:00 AM
 
Archive Date
09/18/2020
 
Point of Contact
Ivan Varela 2156979636 Ivan Varela Phone: 2156979636E-mail: ivan.varela@navy.mil Ellen Wright E-mail: ellen.wright@navy.mil
 
E-Mail Address
Ivan.Varela@navy.mil
(Ivan.Varela@navy.mil)
 
Awardee
null
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR BRAND NAME SUPPLIES. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both Contract Opportunities (https://beta.sam.gov/) and NECO (http://www.neco.navy.mil/). This is a Request for Quotation (RFQ). The solicitation number is N0018920RZ119. The proposed contract action is for commercial SUPPLIES. The NAICS code is 334111 and the Small Business Size Standard is 1,250 People. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Change Notice 20200605. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/dfars. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Philadelphia Office hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order for supplies on behalf of the Commander, Navy Recruiting Command (CNRC). The required supplies are for ancillary open market items supporting a GSA ebuy posting (RFQ #1449293). Please be advised, the referenced GSA ebuy posting is solicited on a limited source to Avid Technology (CAGE Code: 1CWH5). The Government intends to award a single FFP GSA order (inclusive of the GSA items/eBuy posting), and the instant synopsis solicitation posting for Open Market Items (Items described below). The Government request responses from qualified sources capable of providing the following: CLIN 0001: � Up to two Media Packs of 10 drives (10 Terabyte) each for a total storage capacity of 200 Terabyte per engine for a total of 1 Petabyte, with up to 1.2 GB/s of bandwidth � Two solid-state system and metadata drives � Avid NEXIS FS�64-bit self-balancing, distributed file system with intelligent media distribution/redistribution, real-time media access, and dynamic disk protection � Windows 10 Pro (64-bit) � Supports up to 40 active 1Gb, 10Gb, and 40Gb clients � Embedded System Director � California SB-327 compliant with built-in measures facilitating a more secure password protocol � 10 Gigabit Ethernet SFP (Small Form-factor Pluggable) � Rack size 4U (Note: 4U is the rack unit equipment size) CLIN 0002: NX216, Nexis System Administration one-day Training (online or onsite) for the new AVID NEXIS system. Training is to take place no later than 30 Sep 2020, time and dates are to be established with the NRC Technical Point of Contact (TPOC). CLIN 0003: Hardware maintenance and support for a period of 12 months. The required services represent the maintenance of the AVID Nexis System anticipated to be in use by CNRC. It is required to support CNRC�s video production, video filing, video editing, and system changes. Only AVID and their authorized resellers are able to provide hardware maintenance of the AVID Nexis Hardware. The anticipated period of performance is 10 Sep 2020 through 09 Sep 2021. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation � Commercial Items, applies to this acquisition. Quoters are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and its ALT I with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. All clauses shall be incorporated by reference into the resultant purchase order to the maximum extent practicable. Additional contract requirement(s), terms, and conditions are outlined in the attached document. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES FOR OTHER THAN AVID-BRAND SERVICES. However, interested parties may identify their interest and capability to respond to this requirement no later than the closing date of this solicitation. A determination not to compete this requirement further, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurements. All responsible sources may submit a quotation which shall be considered by the agency; however, only services meeting the CNRC�s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal Government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to: Ivan Varela at ivan.varela@navy.mil. Interested vendors are encouraged to provide documentation evidencing they are authorized providers of AVID brand products and services. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5c13999263e84011bd0df1a790db4aa8/view)
 
Place of Performance
Address: 5722 Integrity Drive, Millington , TN 38054, USA
Zip Code: 38054
Country: USA
 
Record
SN05746909-F 20200807/200805230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.