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 is a Request for Quote (RFQ) and the solicitation number is 36C24E22Q0210. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for Service Disabled Veteran Owned Small Business concerns (To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov.
STATEMENT OF NEED (SON)
CONTRACT DESCRIPTION AND REQUIREMENTS
The VA Pittsburgh Healthcare System (VAPHS) Research Department has a requirement to purchase three (3) RM460-4U servers that will connect with the existing TRACTS/NeRVe storage and analysis systems for VA Imaging (VLAN 559) and their installation. A firm-fixed price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required equipment. The government reserves the right to award without discussions.
1.1 PRICING
The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item.
Note: The Offeror should include a description of any support services or warranty information in the technical quote.
1.2 REQUIRED PRODUCTS & SPECIFICATIONS
The contractor shall provide and install following servers that have the warranties/services associated below:
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
3.00
EA
_____________
____________
Mercury RM460 4U Rackmount Server Includes: (960TB Backup Server)
Two (2) Gold 5217 3.00 GHz Eight-Core 115W Processor192GB DDR4 2933MHz Memory (12 x 16GB Sticks)
Two (2) 500GB SSD (Mirror OS)60 x 16TB 7200RPM Enterprise Class Drives
One (1) ConnectX-4 Lx EN Network Interface Card, 25GbESingle-Port SFP28, PCIe3.0 x8,
One (1) LSI 9500-8i SAS HBASupports Two Intelr Xeon Scalable Processors
Intelr Lewisburg C620 Series Chipset to Provide 5+ Years ProductLife Cycle
DDR4 2933 ECC RDIMM, In Twelve Memory Slots
3 x 20-port 12G SAS backplanes with 28-PHY expander
Onboard Baseboard Management Controller for System
Management and IPMI Control
Front-to-Back Airflow and Hot-Swap Redundant Fans to Provide Optimal Thermal Conditions
Two 10GbE SFP+ Ports Plus Dedicated BMC Management Port1400W 1+1 Redundant 80+ Platinum Power Supply
Five-Year Bronze Advance Replacement Warranty to Include:Toll-Free Phone Support Help Desk Available Mon.-Fri, 9am-5pmPST
Advance Replacement of System and All Associated Components
9 to 5 pm Local Time, Monday through Friday
Free System Firmware Updates
Sensitive Data Warranty: Allows government entities to receive replacement of failed disk drives without having to send disk drives back for replacement. Customer must certify that the failed disk drive is being destroyed. Replacement would be normal turn-around times based on current warranty.
MFPN: AH-RM460-IX01
LOCAL STOCK NUMBER: AH-RM460-IX01
0002
4.00
EA
____________
____________
Installation + Upgrade 4 x Systems
MFPN: AH-INSTALL
LOCAL STOCK NUMBER: AH-INSTALL
0003
1.00
EA
____________
____________
LSI 9500-8i 12Gb/s TriMode SATA/SAS/NVMe 8-Port Host Bus Adapter
MFPN: LSI95008I
LOCAL STOCK NUMBER: LSI95008I
0004
1.00
EA
____________
____________
ConnectX-4 Lx EN Network Interface Card, 25GbE Single-Port SFP28, PCIe3.0 x8, Tall Bracket, ROHS R6
MFPN: MCX4111A-ACAT
LOCAL STOCK NUMBER: MCX4111A-ACAT
0005
1.00
EA
____________
____________
Mellanox Passive Copper Hybrid Cable Ethernet 100GBE to 4x 25GBE Colored CA-L, 3 meter
MFPN: MCP7F00-A003R30L
LOCAL STOCK NUMBER: MCP7F00-A003R30L
0006
1.00
EA
____________
____________
Spectrum 100GbE 1U Switch with Cumulus Linux 32 QSFP28 Ports Two AC PSUs x86 2Core Standard Depth P2C Airflow Rail Kit RoHS6
MFPN: MSN2700-CS2FC
LOCAL STOCK NUMBER: MSN2700-CS2FC
0007
1.00
EA
____________
____________
Mellanox Three-Year Technical Support and Warranty for SN2700 Cumulus Series Switch Silver
MFPN: SUP-SN2000-CL-S-3S
LOCAL STOCK NUMBER: SUP-SN2000-CL-S-3S
0008
4.00
EA
____________
____________
0.5m (2ft) Mellanox Compatible, 100G QSFP28 Passive Direct Attach Copper Twinax Cable
MFPN: 104224
LOCAL STOCK NUMBER: 104224
0009
16.00
EA
____________
____________
5m (16ft) Mellanox Compatible 100G QSFP28 Active Optical Cable
MFPN: 120545
LOCAL STOCK NUMBER: 120545
0010
1.00
EA
____________
____________
Quobyte Software Subscription with Bronze Support included Subscription period: 2022-10-05 - 2027-10-04 Capacity (device capacity): 3840TB HDD MFPN: QBAEB
LOCAL STOCK NUMBER: QBAEB
GRAND TOTAL
____________
1.3 Period of Performance:
The contractor shall provide services for 1 day to install three (3) RM460-4U servers as soon as the contract is awarded.
1.4 Managing Agency:
TRACTS/NeRVe Support Team is managing this project. The Contractor Representative (COR), Gino Jackson, in consultation with the TRACTS/NeRVe Support Team, shall be the contractor s principal point of contact regarding the execution of the contract s requirements.
The product capabilities and salient characteristics identified above by a brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement.
The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award.
Instructions to the Offeror
Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures.
Evaluation Factors for Award:
Factor 1 - Technical Capabilities
All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need.
Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS
Report.
Factor 3 - Price
The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses 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.
FAR 52.212-1 Instructions to Offerors Commercial
FAR 52.212-2 Evaluation- Commercial Items
FAR 52.212-3 Offeror Representations and Certifications
FAR 52.212-4 Contract Terms and Conditions
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item
FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014)
FAR 52.233-3 Protest After Award (Aug 1996)
FAR 52.211-6 Brand Name or Equal
FAR 52.233-2 Service of Protest
Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E22Q0210 in the subject line of the email. No telephone request for information will be considered. Cut off for questions is Wednesday, August 10, 2022. Incomplete packages will be considered nonresponsive. All offers must be received by closing, no later than 11:59 AM EST, Friday, August 12, 2022.