Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOLICITATION NOTICE

70 -- IRONWOLF PRO AND QNAP

Notice Date
5/17/2021 12:21:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N0042121Q0297
 
Response Due
5/19/2021 1:00:00 PM
 
Archive Date
06/03/2021
 
Point of Contact
johnny e smith, Roberta M Nethercutt
 
E-Mail Address
johnny.e.smith1@navy.mil, roberta.nethercutt@navy.mil
(johnny.e.smith1@navy.mil, roberta.nethercutt@navy.mil)
 
Description
The purpose of this amendment is make a clarification on the QNAP Raid. All QNAP Raids come preconfigured with a QNAP operating system. Furthermore, it does not need an additional operating system nor would QNAP be able to charge for any additional operating systems. Question 2� In the statement of work under section C various vendors had concerns it does make it very clear that the customer must have the exact QNAP Storage device. However, there was no reasoning for specifically specifying the Seagate Iron Wolf drives, as they are industry standard items with nearly no differentiable difference between them. Due to the impact of the COVID pandemic, IT supply chains globally have been impacted, therefore, can we request that the drives be allowed to be brand name or equal to help avoid possible supply shortage of a single acceptable part number which could cause delivery delays? Government Response: Any drive specifically designated as a certified compatible by QNAP and also meeting the required 16TB density is acceptable. �Drives that are not on the certified compliant device list from QNAP may not be utilized. The Government response is that P/N# QNAP TS-2483XU-RP-E2136-16G-US is an acceptable substitute model. There is no Government Operating System (OS) as it should come preconfigured with a Firmware OS. The default configuration should have a dual power supply and 10GB connectivity in order to be acceptable to the government. Also, the amendment will be extended by 3 business days from 14 May 2021 to 19 May 2021 due to the question being posted late. Full and Open Competition U.S. Government ~ Tax Exempt All quotes/responses shall be submitted via email to Johnny.e.Smith1@navy.mil and Roberta.Nethercutt@navy.mil no later than May 19, 2021 by 4:00 pm Eastern Standard Time.� Due to limited ability to respond to mail in bids or voicemail requests we request that any questions concerning solicitation N00421-21-Q-0297 be emailed to Johnny.E.Smith1@navy.mil and Roberta.Nethercutt@navy.mil. Solicitation N00421-21-Q- 0297 is issued as a competitive procurement. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a competitive basis, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and FAR 13. Offerors must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.sam.gov. NO SUBSTITUTIONS See Attached Solicitation Standard Form SF18 Offers must complete the certification in Section K of this solicitation, 52.209-11, Representation by Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law. All offers must complete FAR 52.204-26 within SAM. If 52.204-26 Section K is completed as �does not� for provision and use of the prohibited equipment and services, FAR 52.204-24 Section K would not be completed and submitted separately as part of the offer per direction within FAR 52.204-24 itself. If FAR 52.204-26 includes �does� for either provision or use, FAR 52.204-24 Section K is required to be completed and submitted as part of the proposal. Offers must complete 52.212-3, Offeror Representations and Certifications-Commercial Items in Section K of the solicitation. This is a firm fixed price procurement; therefore, the offeror�s initial offer should represent the vendor�s best quote in terms of lowest price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. ***Basis for Award*** All interested parties MUST submit a quote no later than May 19, 2021 by 4:00 pm Eastern Standard Time. Award will be made to the vendor that submits the lowest, firm fixed price quotation that meets all the requirements within the Statement of Work contained in Section C of the solicitation (SF18). The Government will not pay for any information received. ***Instructions to Offerors*** Please include the following information with your response: 1. FOB: 2. Shipping Cost: 3. Tax ID# 4. Dun & Bradstreet # 5. Cage Code: 6. Small Business � Yes ___ No ___ 7. Estimated Delivery Date: 8. Estimated Delivery Date: 9. If available on a Pricelist, please provide a copy. (10)Total Cost: $___________ Government Points of Contact: Johnny Smith A2522013, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: johnny.e.smith1@navy.mil Roberta Nethercutt A2522003, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: roberta.nethercutt@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/59e4bbb34665437483b7c11ba3a7a241/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06004537-F 20210519/210517230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.