Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOLICITATION NOTICE

70 -- Nutanix Block with integrated software components - Brandname Justification

Notice Date
8/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-14-Q-1562
 
Point of Contact
Karen L. Sampson, Phone: 401-832-4343
 
E-Mail Address
karen.sampson@navy.mil
(karen.sampson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Redacted Brandname Justfication This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N66604-14-Q-1562 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The solicitation is 100% set-aside for Small Business. The NAICS is 334118, size standard is 1,000 employees. The Naval Undersea Warfare Center Division Newport, RI (NUWCDIVNPT) has a requirement for a Turnkey fully integrated virtual computing platform system: The vendor will deliver a fully functioning system capable of running virtual desktops for Microsoft Windows or Red Hat Enterprise Linux. The system will be patched to include latest STIGs and IAVAs to be compliant with Federal government standards. Nutanix virtualization system/ Nutanix Block with integrated software components with no substitutions to allow for functionality with the existing systems within the Naval Undersea Warfare Center Division Newport. CLIN 0001- PARTS-- (a)- QTY-1 EA-Part # 422-NX-3450-1 YR- Nutanix Scale-Out Converged Compute/Storage Platform (NX-3450) includes Part # 422-S-GOLD-3450-1 YR Gold Nutanix -NX-3450- no substitution; (b)- QTY-1 EA-- Nutanix Scale-Out Converged Compute/Storage Platform (NX-3460) includes Part# 422-S-GOLD-3460- 1 YR Nutanix- NX-3460- no substitution; (c)- QTY-6-TPP L1 U.S. Federal VMware Horizon View Standard Edition: 10 Pack (CCU) includes MPNs: HZ-STD-10-F-L1 + HZ-STD-10-P-SSS-F, U.S. Federal Production Support/Subscription VMware Horizon View 5 Bundle for 3 year- no substitution; (d)- QTY-60-Part #LWL-VDI-FLEX-B1- Liquidware Labs VDI Essentials Bundle + FlexApp - Single User License with 1 Year Support- Electronic Delivery- no substitution; (e)- QTY- 60 (1 Year Licenses) Part# 4ZF-00014- Microsoft Windows Virtual Desktop Access subscription license: VDA SNGL SubsVL OLV NL 1Mth AP PerDVC- no substitution; (f)- QTY- 2 (100- 1 year Licenses)-Red Hat Enterprise Linux Desktop (50 Pack), Premium Support (24X7 phone and web support) 1 Year- no substitution; (g)- QTY 2 EA-NIAP approved, 48-port Network switch 10 GbE SFP +ports enabled with support for 1 GbE connections includes two 250W AC power supplies and two fan units, exhaust airflow. Advanced S/W. No optics. Interconnect cable between switches. 1 year manufacturer support; (h)- 1 EA- 42U Rack Enclosure (minimum 800mm Wide x 1060mm Deep) with sides Black; (i)- QTY 2 EA- Rack PDU(Power Distribution Unit) 2G, Metered, ZeroU, 8.6kW, 208V, (36) C13 & (6) C19 & (2) 5-20; (j)- 60 EA-VDI Zero-Client with support for 2 Monitors and support for PCoIP; (k)- QTY 120 EA-18.5 inch LED Monitor USB wire standard (minimum display); (l)- QTY 60 EA-Keyboard-standard USB wire; (m)- QTY 60 EA-Mouse- standard USB wire; CLIN 0002- Onsite installation/integration into existing system as detailed in the system description listed under CLIN 0001- PARTS. The contractor shall install the required components providing a "turnkey" installation. This includes installation/integration of all hardware and software and the configuration/setup of the VDI system. The contractor shall provide labor for turnkey integration resulting in a fully functioning system capable of running VMWare and supporting the 60 zero-clients capable of running virtual desktops for Microsoft Windows or Red Hat Enterprise Linux. The system will be patched to include latest STIGs and IAVAs to be compliant with Federal government standards CLIN 0003- The contractor shall provide training of the government system administrators on how to build virtual machines for the operating systems (Microsoft Windows or Red Hat Enterprise Linux) for the user desktop environments and demonstrate how to install additional application services. Additionally, the vendor will train the system administrators how to patch the system and the desktop virtual machines (VDI clients). Required delivery for CLIN 0001 PARTS is 30 days ARO, FOB Destination Naval Undersea Warfare Center, Division Newport, Newport, RI. Required installation within 15 days of System delivery (CLIN 0002) at Naval Undersea Warfare Center, Division Newport, Newport RI. Required government system administrator training (CLIN 0003) within 30 days of System Installation. This procurement will be processed using FAR part 13 Simplified Acquisition Procedures. The Government intends to award a single Firm Fixed Price purchase order to the responsive, responsible offeror whose offer represents the best value considering price and technical acceptability. All responsible sources may submit an offer that shall be considered by the agency. This solicitation and any subsequent amendments will be posted to FedBizOpps. For information regarding this solicitation contact Karen Sampson at karen.sampson@navy.mil. FAR 52.212-1, Instructions to Offerors- Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation- Commercial Items, Evaluation factors are low price technically acceptable and past performance. Technical acceptability of the item proposed shall be new, non-refurbished items. Brand-name items listed shall not be substituted. Non-Brand-name items shall meet the minimum requirements as described. Offers shall include price and delivery terms and the following additional information: Cage Code, DUNS number and GSA Contract number (if applicable). FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: FAR 52.227-19, Commercial Computer Software License. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions are available at the website. Offers must be submitted to Naval Undersea Warfare Center Division, Newport, Contracts Department, Code 0223, 1176 Howell St, Bldg. 1258, Newport, RI 02841 via email to Karen Sampson karen.sampson@navy.mil. Offers must be received by 2:00 p.m. EST on 10 September 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-14-Q-1562/listing.html)
 
Place of Performance
Address: 1176 Howell St, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN03489692-W 20140831/140829235941-8fde1d2ae0426188ac434373de5c830a (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.