Storinator XL60 Turbo redundant network servers
CLASSIFICATION CODE: TITLE: Storinator XL60 Turbo, Redundant storage servers RESPONSE DATE: April 11, 2019 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Todd Hill, Contracting Off... CLASSIFICATION CODE: TITLE: Storinator XL60 Turbo, Redundant storage servers RESPONSE DATE: April 11, 2019 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Todd Hill, Contracting Officer, (301) 975-8802 ________________________________________ DESCRIPTION: 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION UNDER FAR PART 13. Background Information: The Information Access Division's Biometrics Research Lab (BRL) was created to support NIST biometrics research, standards, and evaluations. The BRL requires the use of large data sets for evaluations that can be shared between Linux and Microsoft Windows computers. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249, Other Industrial Manufacturing with a small business size standard of 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101. This solicitation is being competed under 100% Small Business set-aside. THIS IS A BRAND NAME ONLY REQUIRMENT: ITL Image Group requires the brand name model Storinator XL60 Turbo, Redundant storage device. The ITL IAD group currently has a Storinator XL60 Turbo, Redundant storage server which is manufactured by 45drives.com and is running the FreeNAS operating system. The Storinator XL60 Turbo, Redundant server is needed as a backup for the servers currently in use at NIST. The two new Storinator XL60 Turbo, Redundant network attached storage (NAS) devices will be installed in separate buildings on the NIST campus so that we may use the embedded FreeNAS operating system utilities to complete automated backups. The Storinator XL60 Turbo, Redundant storage devices will be used as our Continuity of Operations (COOP) data backup for our more than 350TB of biometric data. SCHEDULE OF REQUIRED ITEMS: This acquisition is restricted to a Brand Name 45 Drives.com Storinator XL60 Turbo, Redundant storage server. All items must be new. Line Item # Part # Description Manufacturer Quantity 0001 Storinator XL60 Turbo, Redundant- part number I-60-S-RED-07.0-NON-87183 covers this build Storinator XL60 Turbo, Redundant storage server Network 45Drives.com 2 Each Storinator XL Turbo, Redundant storage server will have the following options installed: 0002 LCD Display: No 45Drives.com No 0003 AV15 Sliding Rails 45Drives.com 1 0004 Power Supply: 2N Redundant, High- Efficiency Power Supply 45Drives.com Redundant power supplies 0005 Motherboard: X10DRL (DDR 4) 45Drives.com 1 0006 Processor: Dual E52620 v4 45Drives.com Dual 0007 RAM: 256GB 45Drives.com --- 0008 Boot Drive: 2 mirrored - Single + Redundant SSD (120GB) 45Drives.com 2 (single+Redundant) 0009 HBA: 4 x LSI 9305 12Gb/s (SSD and SAS Compatible) 45Drives.com --- 0010 Included NIC: Fibre NIC (AOC- STGN-i2S) 45Drives.com --- 0011 Two 10GB Fibre NIC Transceiver 45Drives.com 2 0012 10GB Fibre NIC 45Drives.com 2 0013 Operating System: FreeNAS 45Drives.com FreeNAS 0014 WD Gold 12TB (WDC121KRYZ) 45Drives.com 60 0015 Warranty: 3 Year (Extended). must include hard drive replacement with the option of the government keeping the failed hard drive 45Drives.com --- 0016 Configuration: Configured as single server) 45Drives.com --- I. Delivery Delivery shall be FOB DESTINATION. 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. Within 30 days of award, the contractor shall deliver all items to: National Institute of Standards and Technology (NIST) 100 Bureau Drive Building 301 Shipping & Receiving Gaithersburg, MD 20899-0001 - The NIST is a controlled-access facility. - Any delivery personnel must be a U.S. citizen or a U.S. permanent resident. II. Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Storinator XL60 Turbo, Redundant storage servers manufactured by 45Drives.com will be installed in a rack and powered up to verify all the drives work and the FreeNAS operating system is installed. The Government will test, inspect, and accept the equipment onsite within 14 business days of the receipt of the Storinator XL60 Turbo, Redundant storage servers manufactured by 45Drives.com. A visual inspection of the Storinator XL60 Turbo, Redundant storage servers will be performed by the NIST TPOC to identify surface defects or any form of indication that the storage device was damaged during transport to NIST. The Government shall have sole discretion to require repair or replacement of damaged and/or nonconforming supplies at no cost to the Government. The Government at any time prior to acceptance shall reject the Storinator XL60 Turbo, Redundant storage servers due to defects and/or nonconformance. III. Installation The system shall be installed by the NIST TPOC. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, and demonstration of all specifications. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD- Building 225. IV. Warranty The contractor shall warrant the entire system for a period of a minimum of 3 years after receipt of the equipment. The 3-year warranty must include hard drive replacement with the option of the government keeping the failed hard drive. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items FAR Clauses: 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-Commercial Items including subparagraphs: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive compensation and first-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Re-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 Equal Opportunity for Workers with Disabilities; 52.222-50 52.223-18 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than three days prior to the submission date in the solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 1352.233-70, Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Todd Hill, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clause_54 Electronic Billing NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (End of clause) Addendum to Far 52.212-1, Quotation Preparation Instructions: 1. Price Quotation- The Offeror shall propose a firm-fixed-price for the CLINs identified in the Schedule of Required Items. 2. Technical Quotation- Offerors shall provide sufficient documentation to demonstrate that all requirements of the Schedule of Required Items have been complied with. All offerors shall provide documentation to certify that they are authorized resellers or distributors of the product(s) they are proposing or are the Manufacturer. Award will not be made to any offeror without the requested documentation. 3. All offerors shall submit the information/documentation required by the provisions in this solicitation. Quotation Evaluation: The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation must clearly demonstrate compliance with the requirements. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price. 1. Technical Capability An offeror's failure to quote all of the products/services listed above may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the offer being determined unacceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government's technical specifications will be considered non-acceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. All offerors must be authorized to sell and service the products they are proposing to the Government, by the original manufacturer (OEM) certified engineers or technicians. 2. Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror's best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government. Due Date and Response Information Offerors capable of meeting the requirements in this combined synopsis/solicitation should submit their quote in writing to: Brian Jamieson electronically at brian.jamieson@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than April 11, 2019, 10:00 am,
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »