Federal Bid

Last Updated on 11 Jun 2019 at 5 PM
Combined Synopsis/Solicitation
Robins air force base Georgia

NetApps FAS 2720

Solicitation ID F3QCCM9143A001
Posted Date 11 Jun 2019 at 5 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pk/Pz - Robins Afb
Agency Department Of Defense
Location Robins air force base Georgia United states 31098
 

SOLICITATION F3QCCM9143A001 is issued as a request for quotation (RFQ)

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCM9143A001.  This solicitation will be solicited under Other Than Full and Open Competition: Brand Name.

 

SMALL BUSINESS SIZE STANDARD

•(a)   NAICS:  334112

•(b)  No. of Employees: 1,250

•(c)   Dollars:

 

 REQUIREMENT:

 

The Contractor shall provide all materials, parts, training, travel, labor and installation for a Network Attached Storage device NETAPP FAS 2720 (FAS2720-SYS-SC) to the 402d Software Maintenance Group (SMXG), Robins Air Force Base, Georgia

 

The following options included:

 

ITEM

QTY

Model Number

Description

0001

1

FAS2720-SYS-SC

FAS2720-SYS-SC

0002

2

FAS2720A-002-SC

FAS2720A Premium Bundle

0003

2

SW-2-2720A-NVE-C

SW, Data at Rest Encryption Enabled,2720A,-C

0004

2

SW-2-2720A-TPM-C

SW, Trusted Platform Module Enabled,2720A,-C

0005

1

FAS2720A-EXP-101

FAS2720,HA,12X4TB,Premium Bundle,NVE RJ45

0006

2

X800-42U-R6

Power Cable,In-Cabinet,C13-C14

0007

1

X-02657-00

Rackmount Kit,212C,4-post,Adj

0008

480

SW-PREMIUM-NLSAS-01-P

SW,Per-0.1TB,Premium,NLSAS,01,-P

0009

2

DATA-AT-REST-ENCRYPTION

Data at Rest Encryption Capable Operating Sys

0010

8

X6584-R6

Cable,Ethernet,1m RJ45 CAT6

0011

1

CS-INSTALL

Base Installation

0012

1

CS-BASE-SUPPORT

Base Software Support

0013

1

CS-SEC-NBD

SE Secure for Gvt,Next Bus Day Onsite

0014

1

CS-NRD2-G

Non Returnable Disk Plus,g

0015

1

SW-2-CL-BASE

SW-2,Base,CL,Node

0016

2

PS-TMS-CONSLT-DAY-ZA

Prepaid Conslt days,PO Exp at 1yr,no refund

0017

60

ED-TU-1-ZA

Training Units,1,ZA,Exp.1yr from invoice date

0018

1 EA

CDRL A001

Contractor's Saftey Plan

0019

1 Lot

CDRL A002

Accident Incident Report

 

 

DELIVERY. The Contractor shall contact the Government POC within 5 calendar days after award to schedule the installation. The Contractor shall provide FOB Destination delivery no later than thirty (30) days after contract award.

 

Price(s) should be FOB Destination (Robins AFB GA 31098).  In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number.  

 

Quotations should be emailed to Tonishia Bedford-Smith at [email protected] no later than June 25, 2019, 1:00 pm EST. The anticipated award date is 1 July 2019. Please do not request award status prior to this date.

 

Notice to Offerors:

The Government reserves the right to cancel this solicitation, either before or after the closing date.  In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. All current and/or future information about this acquisition will be distributed through FedBizOpps.  Therefore, interested parties are responsible for monitoring this site to ensure they have the most up to date information regarding this solicitation.

 

 

OEM:  NetApps, Inc.

            1395 Crossman Ave.

            Sunnyvale, CA 94089

            CAGE: 03MC8

                                   

This is a brand name requirement for the following reasons: NetApp FAS Data Storage Controller is the ONLY approved Data Storage Controller appliance (including software, ONTAP 9.x) of this type on the DISA's (Defense Information System Agency) EPL (Evaluated Product List).

The Software Control Center (SCC) uses the HIT Archive Point Storage Manager system to provide disaster recovery of stored images. The NetApp appliance provides unique homogeneous integration and single path access through the FAS to archived files for restoration. The Point Storage Manager software uniquely supports primary storage systems such as NetApp FAS and integrates NetApp storage (StorageGRID Webscale, SnapLock, and AltaVault). No other Data Storage Controller-FAS integrates directly with NetAapp and is approved for Air Force networks. The NetApp 2720 system will be on the SCC Enclave and will not go on the AFNET.

The SCC uses the Point Jukebox and Point Storage Manager hardware and software for Tier II storage of software images. The FAS 2720 is fully integrated into the current disaster recovery system (Point Storage Manager and Point Jukebox Manager) software and does not require any additional configuration of hardware or software to be fully functional. Attempts to use of similar systems of this type would result in additional estimated hardware, software and training costs exceeding $XXXX.

The following clauses are applicable to subject solicitation (current through FAC 2019-01 dated 20 Dec 2018 and DFARS Change Notice DPN 20171228):

 

FAR 52.204-7   System for Award management    

FAR 52.204-13 System for Award Management Maintenance

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

FAR 52.209-2   Prohibition on Contracting with Inverted Domestic Corporations--Representations

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1   Instructions to Offerors

FAR 52.212-2  Evaluation-Commercial Items: Fill -in:__Price___

FAR 52.212-4  Contract Terms and Conditions - Commercial Items

FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.247-34  FOB Destination

FAR 52.252-1  Solicitation Provisions Incorporated by Reference

 

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

 

http://farsite.hill.af.mil/vmfara.htm

http://farsite.hill.af.mil/vmdfara.htm

http://farsite.hill.af.mil/vmaffara.htm

 

FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation

(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference:  fill-in:  www.farsite.hill.af.mil

 

DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009, Limitations on the Use and Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.211-7003 Item Unique Identification and Valuation. 1st fill in: See schedule

DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items

DFARS 252.225-7001 Buy American Act and Balance of Payments Program

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.)

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.239-7009 Representation of Use of Cloud Computing

DFARS 252.239-7010, Cloud Computing Services

AFFARS 5352.201-9101 Ombudsman: Timothy Inman at [email protected]

AFFARS 5352.223-9001 Health and Safety on a Government Installation

AFFARS 5352.242-9001 Contractor Access to Air Force Installation

IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov.

 

 

52.212-2 ‐‐ Evaluation ‐‐ Commercial Items Evaluation ‐‐ Commercial Items (Oct 2014)

 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

 

-technical capability of the item offered to meet the Government requirement

-offers the lowest reasonable and balanced price

 

Technical is approximately equal to cost/price.

 

The Government intends to rank offerors based on the total proposed contract price.  The offeror with the lowest total proposed contract price will be evaluated for technical capability.  Should the offeror with the lowest total proposed contract price be considered technically capable, the Government will conduct a price analysis to evaluate the price for reasonableness and balance.  If the offeror's price is considered reasonable and balanced, the Government will not evaluate any additional offerors, and will award to the technically capable offeror with the lowest total proposed price.

Should the offeror with the lowest total proposed contract price be considered technically uncapable, the Government will go to the next lowest priced offeror to evaluate for technical capability.  This shall be repeated until an offeror is determined technically capable, or all offerors have been evaluated for technical capability.  Should the next lowest priced offeror be considered technically capable, the Government will conduct a price analysis to evaluate the price for reasonableness and balance.  If the offeror's price is considered reasonable and balanced, the Government will not evaluate any additional offerors, and will award to the technically capable offeror with the lowest total proposed price.

 

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the

Government to exercise the option(s).

 

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 

(End of Provision)

 

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018)

 

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

 

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

 

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

 

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

 

(b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

 

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

 

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

 

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

 

(iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

 

(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

 

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

 

(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

 

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

 

 (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

 

 (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

 

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

 

(xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

 

(xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

 

 (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

 

(xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).

 

(xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).

 

(xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).

 

 (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

 

(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

 

(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

 

(B) Alternate I (JAN 2017) of 52.224-3.

 

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

 

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

 

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

 

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

 

Exhibit/Attachment Table of Contents:

DOCUMENT TYPE

DESCRIPTION

PAGES

DATE

Attachment 1

Product Description

5

21 May 2019

Attachment 2

Appendix C

10

17 May 2019

Exhibit A

CDRL A001

3

23 May 2019

Exhibit B

CDRL A002

3

23 May 2019

 

Bid Protests Not Available

Similar Past Bids

Silver spring Maryland 17 Sep 2018 at 6 PM
Keyport Washington 30 Jul 2019 at 4 PM
Keyport Washington 08 Aug 2019 at 4 PM
Location Unknown 24 Apr 2012 at 7 PM
Bureau Illinois 18 Dec 2012 at 9 PM

Similar Opportunities

Christopher Illinois 11 Jul 2025 at 9 PM
Olympia Washington 15 Jul 2025 at 4 AM (estimated)
Boise Idaho 30 Sep 2025 at 4 AM (estimated)