Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2008 FBO #2471
SOLICITATION NOTICE

R -- NetApps Professional Services - NetApps Professional Services

Notice Date
8/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-08-T-6168
 
Archive Date
9/10/2008
 
Point of Contact
Shamika Bailey, Phone: 7195568763
 
E-Mail Address
shamika.bailey@peterson.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional ifnormation included in this notice. The accouncement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. (i) Solicitation FA2517-08-T-6168 is issued as a request for proposal (RFQ). (ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iii) The North American Industry Classification System (NAICS) code is 541511, and the size standard is $18.0 million. This requirement is set-aside for small business. (iv) Requirement is to provide NetApp Professional Services to expand and upgrade network storage (Model# FAS270)-Brand Name or equal. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient characteristics listed in this attachment and must be identified by brand name (if any) and make or model number. Service requires upgrade and installation of software at eight geographically separated units. Additional details are outlined in the attached performance work statement. IAW Memorandum for Chief Acquisition Officer, Chief Information Officers, Senior Procurement Executives entitled "Use of Brand Name Specifications" dated April 11, 2005 the Brand Name Letter will be published with the solicitation through the Government Point of Entry. a. Network General Products are the current standard for Network Storage and Backup System for our Enterprise. There are other products and manufacturers that provide this capability; however, Network Appliance provides the complete package that is currently utilized throughout the Enterprise. Network Appliance Products will provide the most stable Storage and Backup environment with the continued lowest cost of ownership based on our initial investment. Changing to a new Storage and Backup system would result in significant duplication of costs. In addition, this would result in two dissimilar systems existing on the network, potentially causing network interface problems. Further, with regard to technical support, should multiple companies exist, the company technicians will not address system faults and failures with a similar system existing on the network. Multiple systems and companies could possibly result in catastrophic network failure, loss of data, and mission degradation if neither system performed appropriately. In addition, the network failure could further cause the Government to incur costs to manually recover data. The lost data may not be recoverable depending on the severity of the incident. Again, if two similar systems are at work on the network, technical support would not be available, as neither would support the other's devices and software. (v) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (vi) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Quote will be based on price and past performance; price will have higher importance. Submit references (no more than three) related to the work outlined in the performance work statement. (vii) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (June 2008), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (viii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), applies to the acquisition. (ix) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jun 2008), applies to this acquisition. a) FAR 52.222-26, Equal Opportunity (Mar 2007) b) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sept 2006) c) FAR 52.222-36, Affirmative Action for Handicapped Workers (June 1998) d) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sept 2006) e) FAR 52.224-1, Privacy Act Notification (Apr 1984) f) FAR 52.224-2, Privacy Act (Apr 1984) g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) h) FAR 52.222-3, Convict Labor (June 2003) i) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) j) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Nov 2006) k) FAR 52.203-3, Gratuities (Apr 1984) l) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) m) FAR 52.219-8, Utilization of Small Business Concerns (May 2004) n) FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Jul 2005) o) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2004) p) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Dec 2004) q) FAR 52.222-50, Combating Trafficking in Persons (May 1989) r) FAR 52.225-1, Buy American Act-Supplies (June 2003) s) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) (x) FAR 52.204-7, Central Contractor Registration (Apr 2008), contractors will not be considered for award unless the are fully registered and approved in the CCR at the following internet address: http://www.ccr.gov. (xi) FAR 52.204-8, Annual Representations and Certifications(Jan 2006), contractors are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov prior to award. (xii) FAR 52.222-41, Service Contract Act of 1965, as amended (Nov 2007) (xiii) FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997) (xiv) FAR 52.232-25, Prompt Payment (Oct 2003) (xv) FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (xvi) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (xvii) The following DFAR clauses are applicable: a) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dated Mar 2008). The following subparts are applicable to this acquisition: 252.225-7001 (June 2005). b) DFARS 252.232-7003, Electronic Submission of Payments c) DFARS 252.204-7004, Alternate A Central Contractor Registration (xviii) The following AFFARS clauses are applicable: a) AFFARS 5352.201-9101, Ombudsman All offers are due to the 21st Contracting Squadron NLT 9 September 2008 at 4:00 pm MDT. Quotes delivered by email should be labeled "FA2517-08-T-6168: NetApps Professional Services" and can be supplied via email to shamika.bailey@peterson.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e726a7f206ea60eef2566eb26e3cfd02&tab=core&_cview=1)
 
Record
SN01656255-W 20080901/080830213526-e726a7f206ea60eef2566eb26e3cfd02 (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.