Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2014 FBO #4554
SOURCES SOUGHT

J -- Maintenance support and subscription services for the existing VMware virtualization software components in support of DCOE's facility in Crystal City, VA.

Notice Date
5/12/2014
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
JC000101
 
Response Due
5/22/2014
 
Archive Date
7/11/2014
 
Point of Contact
Jeremy Calligan, 301-619-7142
 
E-Mail Address
US Army Medical Research Acquisition Activity
(jeremy.a.calligan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The following notice is a Sources Sought in accordance with FAR 19.202-2. This is a information gathering stage of the Market Research process. The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for maintenance support and subscription services for the VMware virtualization software solutions currently in place at the Defense Center of Excellence (DCOE) network facility in Crystal City, VA. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. The contractor shall provide maintenance support and subscriptions service for the products as configured below. Software Applications 01A Qty: 1 Instance: 103700559 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01B Qty: 1 Instance: 103690243 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01C Qty: 1 Instance: 103708260 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01D Qty: 1 Instance: 103729912 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01E Qty: 1 Instance: 103714163 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01F Qty: 1 Instance: 103732879 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01G Qty: 1 Instance: 103714869 Part Number: VS5-ENT-PL-PSSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise Plus 1 Processor (with 96 GB vRAM entitlement per processor) 01H Qty: 10 Instance: 102923193 Part Number: VS5-ENT-P-SSS-C Description: Production Support Coverage VMware vSphere 5 Enterprise for 1 processor (with 64 GB vRAM entitlement per processor) 01I Qty: 1 Instance: 03830138 Part Number: VCS5-STD-P-SSS-C Description: Production Support Coverage VMware vCenter Server 5 Standard for vSphere 5 (Per Instance) Mission Essential Characteristics: 1.VMware Virtual Machine File System (VMFS) and raw device mapping (RDM) 2.Provides clustered file system features such as user-friendly persistent names, distributed file locking, and file permissions. 3.Must have the capability of migrating virtual machines utilizing VMotion. Maintenance Services: Twenty four hours a day and seven days a week Technical Support Emergency Phone Consulting Thirty minute Response Time Delivery of items identified above shall be made to the following locations: DCOE Crystal City, VA 2345 Crystal Drive, Crystal Park 4 Suite 120 Arlington Va. 22202 Period of Performance: The Period of Performance will be a Base plus One Option Year. Base Year Period of Performance is 21 September 2014 through 20 September 2015. Option Year I Period of Performance is 21 September 2015 through 20 September 2016. USAMRAA is seeking responses from all responsible sources. Small businesses are defined under the associated NAICS code for this effort, 541690, with a size standard of $14 million or less. Please include your company's size classification in any response to this notice. After review of the responses to this sources sought notice, a solicitation announcement may be published in the Federal Business Opportunities website: www.FEDBIZOPS.gov/ at a future date. This notice is not to be construed as an acquisition Request for Information (RFI) nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. USAMRAA is only trying to identify any firm not listed on any mandatory source. Any firm not registered must register as required at www.sam.gov -registries as required to participate in the upcoming solicitation. Responses to this notice must include the following information: Company name, Address, Point of Contact, and capability to provide the following items. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to jeremy.a.calligan.civ@mail.mil are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. A brief summary is all that is needed versus a detailed proposal. If more information is needed you will be contacted. Please remember to provide Points of Contact for your company and phone numbers and your DUNS number. Interested parties responding to this Request for Information / Sources Sought Notice shall submit all information and responses by Email to the following point of contact below. Phone and/or hand written responses will not be accepted. Responses shall be received no later than 22 May, 2014 at 11:00 am EST. The Government will not pay for any information that is submitted by the respondents to the Sources Sought request, it is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. Point of Contact Jeremy Calligan, Contract Specialist, Phone (301) 619-7142, Email jeremy.a.calligan.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/JC000101/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03363436-W 20140514/140512234238-25e05ccef42a1e1fde88d098e6e14bcf (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.