Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SPECIAL NOTICE

D -- 2021 GITM Program 038

Notice Date
10/13/2021 7:04:33 AM
 
Notice Type
Justification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM21F4136
 
Archive Date
11/12/2021
 
Point of Contact
Paul Virostek, Phone: 7035161560, Jenel Charles
 
E-Mail Address
virostekp@state.gov, CharlesJA6@state.gov
(virostekp@state.gov, CharlesJA6@state.gov)
 
Award Number
NNG15SC94B
 
Award Date
09/22/2021
 
Description
Identification of the agency and the contracting activity:� The Office of Acquisition Management proposes to award task order under multiple award contract with exception to fair opportunity for the purchase of NetApp Drives on�behalf�of�the Bureau of Information Resource�Management, Foreign Operations Directorate, Information Technology and Infrastructure Office, Global IT Modernization Division (IRM/FO/ITI/GITM).� The total estimated cost is $XXX. 2. ������� Nature and/or description of the action being approved. GITM has a requirement to purchase NetApp devices that integrate directly into the existing global monitoring suites for storage devices with no additional configuration or investment.� The NetApp AFF nodes can be added directly into the existing production ClassNet Regionalization cluster systems.� The requested action is for approval to support a Firm-Fixed-Priced purchase order. ����������� 3.� ������ A description of the supplies or services required to meet the Department�s needs. ����������� The required items are shown below: AFF-A220A Qty 2 AFF-A220A-006 Qty 4 SW-2-A220A-NVE-C Qty 4 SW-2-A220A-TPM-C Qty 4 X6566B-05-N-C Qty 4 X-SFP-H10GB-CU5M-R6-N-C Qty 16 X-02659-00-N-C Qty 2 SW-CORE-BNDLE-SSD-A01-C Qty 3672 SW-DATA-PRO-BDL-SSD-A01-C Qty 3672 X1985-R6-C Qty 2 DOC-AFF-A220-C Qty 2 DATA-AT-REST-ENCRYPTION Qty 4 X800-42U-R6-C Qty 4 AFF-A220-108-C Qty 2 PS-DEPLOY-STAND-AFF-L Qty 2 CS-ADVISOR-PLUS Qty 2 CS-NON-RETURNABLE-DRIVES Qty 2 CS-PROTECT-FOR-GOVT Qty 2 CS-G1-SE-ADVISOR Qty 2 DS224C Qty 2 SW-CORE-BNDLE-SSD-AD-A01 Qty 1836 SW-DATA-PRO-SSD-A01-QS Qty 1836 X670A-6 Qty 2 PS-DEPLOY-STAND-SHELF Qty 2 CS-NBD-REPLACEMENT Qty 2 CS-ADVISOR-PLUS-ADD Qty 2 CS-NON-RETURNABLE-DRIVES Qty 2 CS-PROTECT-FOR-GOVT Qty 2 CS-G1-SE-ADVISOR-ADD-ON Qty 2 ����������� The NetApp devices are required to maintain the functionality of the CNR systems currently used at overseas posts.� The NetApp AFF nodes can be added directly into the existing production CNR cluster systems. This allows the NetApp operating system to perform functions such as movement of production data with no degradation of performance or outage requirements; no downtime for the CNR environment or for end users at Post.�� Not having these specific NetApp devices would require introduction of new and unproven systems for monitoring and maintaining the overseas CNR environment, which is intended to host ClassNet services for approximately two-thirds of the overseas users at Posts, requiring additional time and financial investments in order to implement.� Migration of production services would also be disruptive to CNR operations and impact ClassNet availability for CNR users.� The use of a brand-name is essential to meet system security requirements.� NetApp devices are the only devices that would work in the current DOS environment.� Any other devices would compromise the hardware that the DOS currently has at post.� The NetApp devices are a key component of the operational and security capabilities for hardware.� Not having the NetApp devices would compromise the warranty on the other portions of the hardware configuration.� 4.� ������ Authority permitting a Fair Opportunity Exception and the supporting rationale. This acquisition is conducted pursuant to 41 U.S.C. 4103 and 4106 as implemented by FAR 16.505(a)(4) and substantiated by the following:� ? FAR 16.505(a)(4) � The agency need for procuring items peculiar to one manufacturer.� � 5.�������� A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable.�� Vendors must quote prices at or below their NASA SEWP V established contract unit ceiling prices for each item. The SEWP V contracts are FAR Part 12 Commercial Contracts, and additional price analysis was done in accordance with the following: The price design for SEWP is a proposed discount off the offeror�s commercial list price. Price analysis was conducted in accordance with FAR 15.305(a)(1), to ensure that a ""fair and reasonable"" price is paid by the Government. Reasonableness of proposed prices was established in accordance with 15.403-1(c)(1)(i)(B) which provides that a price is based on adequate price competition if two or more responsible offerors, competing independently submit priced offers that satisfy the Government's expressed requirement and there is not any finding that the price of an otherwise successful offer is unreasonable. To verify price reasonableness, offerors were instructed to submit their published price catalog or published schedule of list prices in a form regularly maintained by the manufacturer or offerors, such as a catalog, price list, schedule, or other verifiable and established record. Additionally, each contractor proposed a discount off of product categories (such as input-output device) of IT equipment. These discounts remain for the life of the contract. Therefore, when new technology is added or list prices change due to market fluctuations, the SEWP price remains fair and reasonable. There are several other price reasonability checkpoints in SEWP: A SEWP Prime Contract Holder cannot offer prices higher on their SEWP contract than is offered on their GSA contract. This is exclusive of the surcharge. Since the SEWP fee is 0.34% compared to GSA's 0.75% fee, SEWP prices must be lower than GSA for that Contract Holder. When items are added or prices updated on a SEWP contract, prices are automatically compared to other SEWP contracts and must be within a reasonable price of all other contracts. Further comparisons with GSA, commercial and other contracts may be done to verify any questionable pricing. All SEWP Delivery Orders are subject to Fair Opportunity (in this case, through Reverse Auction procedures through www.FedBid.com.) This internal competition provides an incentive for Contract Holders to provide the best possible price in order to be selected for award. 6. ������� �Any other facts supporting the justification.��� These NetApp devices have been successfully deployed across the Department of State, including ESOC, which is currently in the process of refreshing their existing NetApp devices with the new NetApp devices. 7.� ������ Actions the agency May Take to Remove or Overcome Any Barriers to Increase Fair Opportunity before any subsequent acquisitions for the supplies or services is made. The Bureau of Information Resource�Management, Foreign Operations Directorate, Information Technology and Infrastructure Office, Global IT Modernization Division (IRM/FO/ITI/GITM) will continue to keep abreast of the market to understand when it will be in the best interest of the Department to compete this requirement in the future. An Alternatives Analysis is also occasionally performed to determine where improvements in cost, services, and vendor products can be implemented to offer more value to the Department.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ae0436f931e4c0c8ffd5c0efeb50359/view)
 
Place of Performance
Address: Washington, DC 20520, USA
Zip Code: 20520
Country: USA
 
Record
SN06156487-F 20211015/211013230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.