Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

58 -- NetApp Shelves

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-MIPR7LDITCO042
 
Response Due
8/28/2007
 
Archive Date
9/12/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. Solicitation/reference number MIPR7LDITCO042 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-19 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide brand name NetApp equipment. The contract will consist of two (2) line items: CLINs 0001 thru 0002 as follows: CLIN 0001 Quantity/Unit of issue: One (1) lot; Description: NetApp Equipment and Service; Brand Name Only; CLIN 0002 Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: German Postal System Address, HQUSAREUR & 7th Army-DCSG2, Romerstrasse 168, Gebaude 12, Campbell Barracks, 69126 Heidelberg or US Postal System Address: HQ USAREUR G2, ATTN: AEAGB-PBO Unit 29351, APO AE 09014, no later than 45 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. No Split awards will be made. Partial Payments and partial shipments are NOT authorized. The equipment requested under CLIN 0001 is as follows: Line Item Detailed item description (include technical specifications): QTY U/I X5515A-R6 Rackmount Kit,4N2,DS14-Middle,R6 5 EA X800B-R6 Power Cable continental Euro, R6 10 EA X900A-ESH2-QS-R5 DS14MK2 SHLF, ACPS, 14X300GB,10K, HDD,ES 5 EA X6530-R6 CBL, 0.5M Patch, FC, SFP to SFP-C, R6 10 EA CS-A SupportEdge Standard- Mths: 36 5 EA CS-NRD-FEE Non Returnable Disk Fee Mths: 36 5 EA The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items;. 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation/reference numberon the offer and in the Subject block of email or fax. (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) Tax Identification Number Additional local clauses apply: 52.204-9000, Contract/Order Closeout?Fixed-Price, Time-and-Materials, or Labor-Hours. All unit prices are firm fixed. Quotations are due no later than 1000 EST 28 August 2007 Brand Name Justification is included below. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil or PL512@disa.mil, Unit 4235 Box 143, APO AE 09142 Fax Number: 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). Local clauses can be found in the Disa Acquisition Regulations Supplement (DARS) at http://www.ditco.disa.mil/hq/aqinfo.asp. No numbered notes apply. Brand Name Justification is as follows: Originator?s Code PL512 Procurement Request Number MIPR7LDITCO042 JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of Clinger-Cohen Act of 1996, Section 4202 (10 U.S.C. 2304). JUSTIFICATION 1. Agency and Contracting Activity. Defense Information Systems Agency, DITCO-Europe/PL512, Building 143, Sembach-Heuberg, Germany 2. Nature/Description of Action(s). Requirement is for the purchase of NETAPPS equipment under the 7th Army Intelligence Surveillance Reconnaissance (ISR) Directorate and Operational Command Post (OCP) Intelligence infrastructure at Campbell Barracks Building 12. The 7th Army ISR is the transformation of the USAREUR G2 and 66th Military Intelligence (MI) Group agencies. This procurement includes Storage Device procurements and upgrades for SCI and SIPRNET environments. A firm-fixed price commercial item type contract is planned and will be issued pursuant to FAR 13.5. All brand name Network Appliance resellers who submit offers will be considered for award on a lowest cost, technically acceptable basis. 3. Description of Supplies/Services. Network Appliance (NETAPPS) Shelves to support the transformation of the USAREUR G2 and 66th Military Intelligence (MI) Group agencies. Item 1: DS14A-R5 Rackmount Kit,4N2,DS14-Middle,R6, X5515A-R6, 5 EA. Item 2: DS14A-R5 Power Cable continental Euro, R6, X800B-R6, 10 EA., Item 3: DS14MK2 SHLF, ACPS, 14X300GB,10K, HDD,ES, X900A-ESH2-QS-R5, 5 EA. Item 4: DS14A-R5 CBL, 0.5M Patch, FC, SFP to SFP-C, R6, X6530-R6, 10 EA., Item 5: DS14A-R5 SupportEdge Standard- Mths: 36, CS-A, 5 EA. Item 6: Non Returnable Disk Fee Mths: 36, CS-NRD-FEE, 5 EA., 4. Identification of Statutory Authority. Clinger-Cohen Act of 1996, Section 4202 (10 U.S.C. 2304). The NETAPPS equipment is peculiar to one manufacturer. 5. Demonstration of Contractor?s Unique Qualifications. This brand name of equipment is requested to maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program, and economy of resources across the U.S. Army-Europe AOR. Thus far in the Army European Intelligence Community Netapps has accounted for all the storage devices purchased and installed to support the SIPR and JWICS Networks for USAREUR G2. Procuring and installing non-Netapps components to an existing Netapps filer will make the device inoperable and void the warranties of existing equipment, thereby causing unacceptable delays and additional costs to the command when maintenance is required. The full replacement of all Netapps-installed base products on the Backbone Networks (in order to ameliorate the problem caused by using a different vendor?s equipment) would cost in excess of one million dollars. This includes the costs for retraining personnel throughout USAREUR (such as project managers, engineers, installers) and for outfitting ASL/PLL stock reserves, and logistics support and maintenance. Further information concerning Netapps?s distinct credentials follows: a. The DoD Directive on Interoperability (DoDD 4630.5) defines it as, ?The ability of the systems, units, or forces to provide services to and accept services from other systems, units, or forces, and to use the services so exchanged to enable them to operate effectively together.? NETAPPS storage devices enable USAREUR G2 and 66th MI Group to comply with this directive. b. Using a variety of different shelves not meeting the criteria identified above would trigger the following support issues: (1) Additional funding would be required to purchase PLL and ASL, since the current stock levels are oriented toward supporting NETAPPS devices. (2) Additional funds for training on multiple vendors? equipment would be required to provide the necessary training within the USAREUR G2 and 66th MI Group. The current engineers? training has focused predominately on NETAPPS equipment. (3) Additional funding would be required to initiate new maintenance and support contracts for all new non-NETAPPS equipment and/or components. 6. FedBizOpps Announcement/Potential Sources. The solicitation will be posted on FedBiz Opps. 7. Determination of Fair and Reasonable Price. The Contracting Officer will compete the requirement among resellers of Net App equipment on FedBiz Opps. The price to the Government will be determined fair and reasonable prior to award based upon competition. 8. Description of Market Research. The Defense Intelligence Agency (DIA) standards for the Joint Worldwide Intelligence Communications System (JWICS) call for use of NetApp equipment. 9. Any Other Supporting Facts. None 10. Listing of Interested Sources. The requesting activity used the Army Small Computer Program website to determine interest, as well as contacting other vendors known to be able to supply the required NetApp equipment. Interested sources include: Apptis, Inc.; Merlin International, Inc.; and FCN Technology Solutions. 11. Actions Taken to Remove Barriers to Competition. None at this time. Use of other than NetApp equipment would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. 12. Statement of Period of Performance and/or Delivery Schedule. 30-45 days ARO. 13. Reference to the Approved Acquisition Plan (AP)/Program Plan (PP). N/A. AP not required. 14. Section 508 Compliance. Required Section 508 has been provided.
 
Place of Performance
Address: HQUSAEUR & 7TH ARMY- DCSG2, ROMERSTRASSE 168 GEB 12, HEIDELBERG
Zip Code: 69126
Country: GERMANY
 
Record
SN01379131-W 20070823/070822064752 (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.