Federal Bid

Last Updated on 22 Dec 2011 at 9 AM
Combined Synopsis/Solicitation
Bureau Illinois

EMC/Brocade HW Maintenance

Solicitation ID NB184000-12-00033
Posted Date 09 Nov 2011 at 1 PM
Archive Date 22 Dec 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Bureau Illinois United states
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES.

This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51.

The associated North American Industrial Classification System (NAICS) code for this procurement is 423430. This acquisition is being procured as a small business set-aside.

The Enterprise Systems Division (ESD) of the Office of Chief Information Office at NIST provides system administration for all enterprise servers and scientific computing systems for NIST programs. ESD designs, implements, and maintains NIST's automated information processing systems, including the World Wide Web, electronic commerce, and information delivery systems. One system ESD manages is the Enterprise Storage Area Network (ESAN). This SAN system provides data storage resources to more than a dozen NIST enterprise servers through multiple Brocade Fiber Channel Switches from two EMC Clariion CX3-40F series storage array controllers. This procurement is expected to provide Maintenance and Support of the existing EMC Clariion Storage Arrays and Brocade Switches to prevent disruption to the high availability application servers providing critical NIST enterprise services.

Line items 0001, 0002, and 0003 are BRAND NAME ONLY requirements. These brand name products are required because they are the only brand that meets the agency's needs.

All interested Contractors shall provide a firm fixed price quote for the following:

Line item 0001: EMC maintenance hardware and software support - including 24/7 plus 4 hour response for the following components:

Qty. 1 CX3-40F Clariion Controller (SN: APM00083500579)
Qty. 1 EMC Navisphere Software
Qty. 1 EMC MirrorView Software
Qty. 1 EMC Analyzer Software
Qty. 15 CX-4GDAE-FD 4Gigabit Enclosure for Fiber Drives
Qty. 225 CX-2G10-300 300GB 10k Fiber Drive
Qty. 1 CX-2GDAE-FD 2Gigabit Enclosure for Fiber Drives
Qty. 15 CX-2G10-146 146GB 10k Fiber Drive

Line item 0002: EMC maintenance hardware and software support - including 24/7 plus 4 hour response for the following components:

Qty. 1 CX3-40F Clariion Controller (SN: APM000835005112)
Qty. 1 EMC Navisphere Software
Qty. 1 EMC MirrorView Software
Qty. 1 EMC Analyzer Software
Qty. 3 CX-4GDAE-FD 4Gigabit Enclosure for Fiber Drives
Qty. 45 CX-2G10-300 300GB 10k Fiber Drive
Qty. 5 CX-2GDAE-FD 2Gigabit Enclosure for Fiber Drives
Qty. 15 CX-2G10-146 146GB 10k Fiber Drive
Qty. 60 CX-2G10-300 300GB 10k Fiber Drive
Qty. 3 CX-2GDAE-ATA 2Gigabit Enclosure for ATA Drives
Qty. 45 CX-AT05-320 300GB 5400 ATA Drive

Line item 0003: Brocade Maintenance & Support (24/7/4) for Brocade Fiber Channel Switches (AML & CCF) for the following items:

Qty. 1 Brocade 4100 Switch : Serial # LX060042656
Qty. 1 Brocade 4100 Switch : Serial # LX060002781
Qty. 1 Brocade 4100 Switch : Serial # LX060005380
Qty. 1 Brocade 4100 Switch : Serial # LX060008139
Qty. 1 Brocade 4100Switch : Serial # LX060008889
Qty. 1 Brocade 4100 Switch : Serial # LX060042722
Qty. 1 Brocade 4100 Switch : Serial # LX060014566
Qty. 1 Brocade 4100 Switch : Serial # LX060014576

All offerors must meet the following minimum requirements for Maintenance and Support:

1) Offeror must certify they have qualified EMC trained staff and provide past performance information and contacts that demonstrates they are able to fully support EMC Clariion CX3 controllers and disk arrays.

2) Offeror must also certify they have qualified Brocade trained staff and provide past performance information and contacts that demonstrates they are able to fully support the specified Brocade switches.

3) All hardware, firmware, software and labor required to keep the specified equipment up to date and fully functional will be provided 24 hr x 7 days/ week with a 4 hour response time and will include technical phone support, onsite support and use of onsite spare components. Period of performance is 1/1/11 to 12/31/11.


Delivery Terms

Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.

The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640.

Technical Evaluation Criteria

Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate the offeror's quote and award to the lowest priced, technically acceptable offeror.

Quotation Submission Instructions

All vendors shall submit the following to Willie Lu, Contract Specialist at [email protected]: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted.

This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR
The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offeror shall list exception(s) and rationale for the exception(s)

Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation.

All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on November 22, 2011. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at [email protected]

Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at [email protected]

 

The full text of a FAR provision or clause may be accessed electronically at
http://acquisition.gov/comp/far/index.html.

The following provisions apply to this acquisition:
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Offerors Representations and Certifications- Commercial Items.

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following clauses apply to this acquisition:
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs:
52.219-28 Post-Award Small Business Program Representation;
52.222-3, Convict Labor;
52.222-19 Child Labor - Cooperation with Authorities and Remedies;
52.222-21, Prohibition of Segregated Facilities;
52-222-26, Equal Opportunity;
52.222-36, Affirmative Action for Workers with Disabilities;
52.223-18, Contractor Policy to Ban Text Messaging While Driving.
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act.
52.225-13, Restriction on Certain Foreign Purchases;
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.
52.237-2, Protection of Government Buildings, Equipment, and Vegetation;
52.247-34, FOB Destination; and
Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.

 

 

Bid Protests Not Available