SOURCES SOUGHT
70 -- Quantum Scallar Support
- Notice Date
- 1/30/2018
- Notice Type
- Sources Sought
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground (W911S6), Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-18-Q-0098
- Archive Date
- 2/23/2018
- Point of Contact
- Paul E. Frailey, Phone: 4358312587
- E-Mail Address
-
paul.e.frailey.civ@mail.mil
(paul.e.frailey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources that can provide hardware, support and licensing for Quantum Scalar LTO tape libraries currently employed at DPG. DPG is the nation's Major Range and Test Facility Base (MRTFB) for Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE) defense programs. Any interested party would be required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials and supervision required to provide this system. The following are the objectives for this requirement: 1 each: 1 year - SSC2K-RS04-CB11 Quantum Scalar i2000/i6000 Library with 400 Slots, No Drives; Support Plan, Bronze (5x9xNBD CRU); Renewal, annual, Zone 1 2 each: 1 year - SLBBN-RTE4-CB11 Quantum Enterprise End-of-Life LTO-4 Tape Drive Module in Scalar i2000/i6000 libraries; Support Plan, Bronze (5x9xNBD CRU); Renewal, annual, zone 1 4 each: SLBBN-RTDX-CB11 Quantum Scalar i2000/i6000 and AEL6000, Tape Drive Module; Support Plan, Bronze (5x9xNBD CRU); Renewal, annual, zone 1 1 each: SSC6K-VS00-CB11 Quantum Scalar i2000/i6000 Library with up to 12 Drives, Quantum Onsite Installation of Customer Replaceable Units (CRUs); Support Plan, Bronze (5x9xNBD); annual, zone 1 (current requirement may include re-instatement fee) Period of Performance: Note 1 - Interested offerors must be capable and demonstrate a capacity to complete a phase in process beginning within 15 days after award of contract. Note 2 - Any performance resulting from a potential solicitation/award RE this announcement shall not result in any follow on contract. Any follow on or future contract shall be considered a separate requirement. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this potential requirement. The North American Classification System Code is 334112 - Other Electronic Component Manufacturing Facilities Support Services; the size standard is 1,250 Employees. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: 1. Business name and address; 2. Name of company representative and their business title; 3. Pertinent details and experience of doing this type of service. 4. Business size as it relates to the NAICS code and size standard stated in this announcement. 5. Contract types typically used for these types of services (e.g. firm-fixed price, cost reimbursable, indefinite- delivery indefinite-quantity, etc.); and 6. Other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. All potential offerors must be registered in the System for Award Management (SAM), effective February 1, 2018 to receive government contracts. MICC-Dugway's financial system has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM is utilized by MICC-DPG to process payment to any organization. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Paul E. Frailey, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), Feb 8, 2018 via email (paul.e.frailey.civ@mail.mil). Interested parties shall enter "Base Operations Support Services" in subject line of email. The point of contact concerning this sources sought action is Mr. Paul E. Frailey, Contract Specialist at (435) 831-2876, or email paul.e.frailey.civ@mail.mil. Contracting Office Address: MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000 Place of Performance: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT 84022-5000 US Point of Contact(s): Paul E. Frailey 435-831-2587
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4efcd87f3b738851045b9448adc49414)
- Record
- SN04803585-W 20180201/180130230803-4efcd87f3b738851045b9448adc49414 (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 |