Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2022 SAM #7532
SOURCES SOUGHT

70 -- Dell EMC Isilon Flex on Demand

Notice Date
7/13/2022 11:55:19 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00415
 
Response Due
7/20/2022 12:00:00 PM
 
Point of Contact
Shaun Rostad, Phone: 3014436677, KJ Shaikh, Phone: 3014436677
 
E-Mail Address
shaun.rostad@nih.gov, KJ.Shaikh@nih.gov
(shaun.rostad@nih.gov, KJ.Shaikh@nih.gov)
 
Description
DESCRIPTION: The National Institute on Drug Abuse (NIDA), the National Institute of Neurological Disorders and Stroke (NINDS) and National Institutes of Health (NIH) are seeking Capability Statements from Small and Other than Small Business organizations with the demonstrated capability of providing equipment to support NINDS with acquiring Dell EMC Isilon Hardware and Software through Flex on Demand, or brand name equal. This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) the availability of capable Small Businesses; HUBZone Small Businesses; Service-Disabled, Veteran-Owned Small Businesses; 8(a) Small Businesses; Veteran-Owned Small Businesses; Woman-Owned Small Businesses; or Small Disadvantaged Businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The established NAICS code is 518210, Data Processing, Hosting, and Related Services. The U.S. Small Business Administration establishes a size standard for 518210 as $35 million in revenues or less. BACKGROUND INFORMATION AND OBJECTIVE: The National Institute of Neurological Disorders and Stroke (NINDS) is in need of acquiring Dell EMC Isilon Hardware and Software through Flex on Demand for the National Institute of Neurological Disorders and Stroke (NINDS) Scientific Computing Support Section (SCSS). This hardware and software will support and expand the existing Dell EMC Isilon hybrid network-attached storage (NAS) array system, including the OneFS operating system, currently in use at the NINDS SCSS. It will provide additional storage space and accelerate performance of the existing NINDS SCSS Isilon storage cluster. It will ensure that the primary data center file server has the latest functions and features and will provide support for issues that can arise when hosting NINDS research data.��� GENERIC NAME OF PRODUCT: Hybrid scale-out NAS hardware and software PURCHASE DESCRIPTION: Trade name: Dell EMC Brand name product: Isilon Manufacturer�s name: Dell EMC SALIENT CHARACTERISTICS: The hybrid scale-out NAS hardware and software must have self-encrypting drives, must support Network File System version 4 for clients and Server Message Block clients for file share services, Network Data Management Protocol� (NDMP) for backup and recovery, data replication, data failover and synchronization, data snapshot technology for multiple version backups. Technology shall have multiple failover protection modes. All new equipment must be compatible with the existing Dell EMC Isilon series system. Warranty: Contractor shall warrant that the equipment will be free from material defects for a period of twelve (12) months from the date of installation and acceptance.� All service performed on this equipment shall be provided by certified and factory trained technicians.� Technicians shall have the ability to diagnose the systems on site via remote access.� Contractor shall provide any required replacement components due to malfunctions on-site.� Delivery Requirements: The Contractor shall deliver the required equipment in coordination with Government officials. Delivery must be FOB Destination and must include inside delivery and installation. Contractor shall provide all warranty, shipping, handling, and installation, including physical installation to move the units and consolidation of rackmount equipment from pallets to inside installation location. INSTRUCTIONS: Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The established NAICS code is 518210. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s)? (b) product description? (c) best estimated delivery date after receipt of order? (d) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov, NO LATER THAN 3:00 p.m. EST on July 20, 2022. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b8708f9bd316417389835557472b54f3/view)
 
Record
SN06388226-F 20220715/220713230110 (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.