Federal Bid

Last Updated on 17 Jul 2019 at 1 AM
Combined Synopsis/Solicitation
Newport Rhode island

EMC VNX Hardware and Services

Solicitation ID N66604-17-Q-0907
Posted Date 18 Apr 2017 at 4 PM
Archive Date 16 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states 02841
 

This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet.


This is a combined synopsis and 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 will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-17-Q-0907.


The North American Industry Classification Systems (NAICS) code for this requirement is 334118.  The Small Business Size Standard is 1,000 employees.  This action is being processed on a 100% small business set-aside basis.  The NUWCDIVNPT Office for Small Business Programs concurs with the 100% small business set-aside determination. 


The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following brand name items, no substitutions, on a firm-fixed price basis:


CLIN 0001: CLIN 0001: EMC STANDARD DAE/DISK UPGRADE MODULE (P/N: PS-BAS-UPDAE), Quantity: 2 EACH.


CLIN 0002: EMC VNX 900GB 10K SAS 25X2.5 DPE/DAE UPGRADE (P/N: V4-2S10-900U), Quantity: 50 EACH.


CLIN 0003: EMC STANDARD DAE/DISK UPGRADE QUICKSTAR (P/N: PS-BAS-UPDAEB), Quantity: 2 EACH.


CLIN 0004: EMC VNXB 25X2.5 6G SAS EXP DAE-FIELD INSTALL (P/N: VNXB6GSDAE25F), Quantity: 2 EACH.


CLIN 0005: EMC VNXB OE PER TB PERFORMANCE UPGRADE (P/N: VNXBOEPERFTBU), Quantity: 46 EACH.


CLIN 0006: EMC PREMIUM SW SUPPORT (S/N: M-PRESWE-001), Quantity: 2 JOBS.


Offers shall include new condition, EMC brand name items and services (no substitutions) in accordance with the redacted attachment: "170907_Brand Name Specification." Offers shall include standard EMC brand name installation of items delivered under CLINS 0001-0005.


F.O.B. Destination: Newport, RI.

CLINs 0001-0005: Required delivery is thirty (30) days after receipt of order, or sooner.

CLIN 0006: Required period of performance is from date of contract award through 11 September 2019.


Offerors must include shipping costs in quotes, if applicable.


Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.


The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation.  The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation.  Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.  In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies payment will be via Wide Area Workflow, otherwise the Government's preferred method of payment is credit card.


Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at
https://acquisition.gov/far/.


Additional terms and conditions:


Defense Priorities and Allocations System (DPAS) rating is DO-C9. 


Section 508:  The following EIT Accessibility Standards apply:

36 C.F.R. § 1194.23 - Telecommunications Products

36 C.F.R. § 1194.26 - Desktop and Portable Computers

36 C.F.R. § 1194.31 - Functional Performance Criteria

36 C.F.R. § 1194.41 - Information, Documentation, and Support

The Contractor shall furnish items or services provided under this contract that comply with the EIT Accessibility Standards (36 C.F.R. § 1194).


This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at
www.sam.gov.

In order to be considered for award, the offeror must be an authorized EMC reseller. Each offeror is required to submit the "EMC Authorization Letter" with its quote. EMC reseller status will be verified by the Government with EMC Brand Protection prior to award.


This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required items and services, meeting the brand name requirements, in the required quantities; (2) the offeror shall be an authorized EMC reseller; and (3) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000, where negative information within PPIRS-SR may render a quote being deemed technically unacceptable.


Offerors shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.
 


Offers must be received on or before Tuesday, 25 April 2017 at 2:00PM EST. Offers received after this date and time are late and will not be considered for award. Offers shall be submitted via electronic submission to Kristina Michael at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Sep 2011 at 4 PM
Location Unknown 27 Sep 2011 at 11 AM
Manassas Virginia 23 May 2014 at 2 PM
Manassas Virginia 28 May 2014 at 2 PM
Redstone arsenal Alabama 16 Sep 2019 at 11 PM

Similar Opportunities

Philadelphia Pennsylvania 30 Aug 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 30 Mar 2027 at 4 AM (estimated)
Poway California 25 Jul 2025 at 8 PM