This procurement is a Brand name requirement. Please see attached justification.
(v) CLIN (0001) NTP Software Suite, NetApp Edition Base License
Part# SUITENASNAX
CLIN (0002) NTPS Suite Base License PUC & Support 1 Yr(Per base license)
Part# SUITESUPPUC1X
CLIN (0003) (5 EA) NTP Software Suite Terabyte License (perTB)
Part# SUITEBNASBH1X
CLIN (0004) (5 EA) NTPS Suite TB PUC &Support 1 Yr (per TB, per prod)
Part #SUITETBSUPPUC1X
CLIN (0005) (2 EA) NTP Software Remote Installation Support (1Day Phone/online)
Part# REMINST1DAYX
CLIN (0006) (3 EA) NTP Software Professional Service (per Day)
Part# PROFSERV1DAYX
(vi) The NCC requires the NTP software suite in order to actively manage the base file servers. The suite includes:
-NTP software QFS enables you to enforce appropriate usage policies so that you can preserve system performance and availability for everyone.
-NTP Software File Reporter discover trends, pinpoint areas for risk, uncover patterns.
-NTP Software ODDM facilitates On-demand Data Movement by creating a bridge between storage policies (NTP Software QFS) and tiered storage. NTP Software ODDM performs real-time data movement based on storage growth.
-NTP Software Storage Events and Alerts Manager (SEAM) provides the ability to monitor all aspects of the file servers with real-time alerts to existing and potential problems.
(vii) FOB-Destination for delivery to: 366 CS Mountain Home AFB ID. Delivery NLT 30 Days ADC Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).
(viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and salient characteristics.
(ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included.
(x) The following provisions and clauses apply to this acquisition: FAR; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-3 Buy American Act -- Free Trade Agreements -- Israeli Trade Act; FAR 52.225-4 Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors;; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC)
**Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email [email protected], Phone: (757)764-5372, Fax:(757)764-4400**
Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Over SAT ).
(xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).
(xii) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION).
(xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition.
(xiv) The provision at FAR 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The evaluation for this acquisition is based on price and technical review of salient characteristics.
(xv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.
(xvi) Numbered Notes
(xvii) Quotes must be emailed to Todd Tolson [email protected], or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 9 Sep 2011.