Federal Bid

Last Updated on 31 Mar 2018 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Quantum Scalar Support

Solicitation ID W911S6-18-Q-0098
Posted Date 01 Feb 2018 at 8 PM
Archive Date 31 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued.
U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Firm Fixed Price Supply Contract for the following:

1 each: 1 year - SSC2K-RS04-CB11 Quantum Scalar i2000/i6000 Library with 400 Slots, No Drives; Support Plan, Bronze (5x9xNBD CRU); Renewal, annual, Zone 1, SYSTEM SERIAL # 263104469

2 each: 1 year - SLBBN-RTE4-CB11 Quantum Enterprise End-of-Life LTO-4 Tape Drive Module in Scalar i2000/i6000 libraries; Support Plan, Bronze (5x9xNBD CRU); Renewal, annual, zone 1, System Serial # LTO-4

4 each: SLBBN-RTDX-CB11 Quantum Scalar i2000/i6000 and AEL6000, Tape Drive Module; Support Plan, Bronze (5x9xNBD CRU); Renewal, annual, zone 1, System Serial # LTO-4

1 each: SSC6K-VS00-CB11 Quantum Scalar i2000/i6000 Library with up to 12 Drives, Quantum Onsite Installation of Customer Replaceable Units (CRUs); Support Plan, Bronze (5x9xNBD); annual, zone 1

1 each: Scalar i6000 Reinstatement Fee Model SAABB-NCRF-0000 Quantum Contract Reinstatement Fee; all zones (current license/support expired - must verify with Quantum of fee amount).

Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this/these item/s @ 435-831- 2587. Email [email protected]

Basis for Award: Price only

FOB shipping charges to Dugway Proving Ground. Standard 334112 (1250 Employees) applies to this procurement. The following provisions and/or clauses apply to this acquisition:

52.252-2 Clauses by Reference
52.212-2 Basis for Award
52.204-7 System for Award Management
52.204-8 Annual Representations and Certifications
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 System for Award Management Maintenance
52.212-1 Instructions to Offerors--Commercial Items
52.212-3 Offeror Representations and Certifications
52.212-4 Contract Terms and Conditions--Commercial Items
52.222-50 Combating Trafficking in Persons
52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items
52.228-5 Insurance - Work on a Government Installation
52.228-7 Insurance--Liability to Third Persons
52.233-1 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.246-1 Contractor Inspection Requirements
52.246-2 Inspection of Supplies--Fixed Price
52.247-34 F.O.B. Destination
252.201-7000 Contracting Officer's Representative
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management Alternate A
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.219-7000 Advancing Small Business Growth
252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic
252.227-7015 Technical Data--Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.247-7023 Transportation of Supplies by Sea
52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
52.203-13, Contractor Code of Business Ethics and Conduct
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment.
52.219-6, Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-14, Limitations on Subcontracting
52.219-16, Liquidated Damages-Subcontracting Plan
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
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights under the National Labor Relations Act
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.222-50 -- Combating Trafficking in Persons

52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.228-4001 INSURANCE REQUIREMENTS
252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION

The following local information apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground;
FOREIGN VISITORS/EMPLOYEES
Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer's Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued.
The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of- Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.

LOCATION OF US ARMY DUGWAY PROVING GROUND
U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites.

NORMAL WORK HOURS
U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00
A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30
P.M. (local time). The following Federal Holidays are observed:
(a) January 1st (f) 1st Monday in September
(b) 3rd Monday in January (g) 2nd Monday in October
(c) 3rd Monday in February (h) November 11th (d)
(e) Last Monday in May July 4th (i) 4th Thursday in November
(j) December 25th
When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday.

OSHA STANDARDS Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with.

All quotes must be e-mailed to Paul E. Frailey [email protected] in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul E. Frailey [email protected] or call 435-831-2587 Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), February 7, 2018.

Bid Protests Not Available

Similar Past Bids

Valdez New mexico 15 Apr 2019 at 10 PM
Dugway Utah 03 Jun 2020 at 10 PM
Stennis space center Mississippi 20 Jul 2016 at 12 AM
Location Unknown 26 Sep 2013 at 12 PM
Patuxent river Maryland 29 Aug 2011 at 2 PM

Similar Opportunities

New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)