Page 2 of 2
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334111/541519 (size standard of 1,250 employees). Responses to this sources-sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are not considered adequate responses for a solicitation announcement.
This virtual machine (VM) system can handle many medical system servers that would have otherwise needed separate, physical servers. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide the purchase of the below requested items.
The contractor shall provide and be responsible for the shipment and delivery to VA Los Angeles Healthcare System at 11301 Wilshire Blvd, Los Angeles, CA 90073.
Item Information:
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
DELL HARDWARE GROUP 1: Unity 880 210-ASKU Unity 880 OPE 25x2.5In Dell Field Rack: INCLUDES: + Dell Hardware Limited Warranty Initial Year +ProSupport: Mission Critical 4-Hour 7x24 On-Site Service with Emergency Dispatch 1 Year
LOCAL STOCK NUMBER: 210-ASKU
0002
1.00
EA
__________________
__________________
210-ASLF Group: 2 \F\ Unity 2U 25x2.5 DAE FLD RCK
LOCAL STOCK NUMBER: 210-ASLF
0003
1.00
EA
__________________
__________________
210-ASLH Group: 3 \F\ Unity 3U 15x3.5 DAE FLD RCK
LOCAL STOCK NUMBER: 210-ASLH
0004
1.00
EA
__________________
__________________
210-ASLH Group: 4 \F\ Unity 3U 15x3.5 DAE FLD RCK
0005
1.00
EA
__________________
__________________
210-ATUR Group: 6 \F\ RecoverPoint for Unity XT\F\ Hybrid
0006
1.00
EA
__________________
__________________
210-ANYY Group: 1 \F\ PowerEdge MX7000 Enclosure
LOCAL STOCK NUMBER: 210-ANYY
0007
1.00
EA
__________________
__________________
210-AODD Group: 3 \F\ Dell EMC MX9116N 25GbE\F\ Fabric Switching Engine, 12x QDD28, 2x Q28, 2 x Q28/32GFC
LOCAL STOCK NUMBER: 210-AODD
0008
1.00
EA
__________________
__________________
210-AODD Group: 4 \F\ Dell EMC MX9116N 25GbE\F\ Fabric Switching Engine, 12x QDD28, 2x Q28, 2 x Q28/32GFC
LOCAL STOCK NUMBER: 210-AODD
0009
16.00
EA
__________________
__________________
407-BBXU Software & Accessories \F\ Dell Networking,\F\ Transceiver, 25GbE SFP28 SR, No FEC, MMF, Duplex LC, Customer Kit non-TAA
LOCAL STOCK NUMBER: 407-BBXU
0010
16.00
EA
__________________
__________________
AB933672 Software & Accessories \F\ CS-FED-5M OM5\F\ LC LC 50/125 100Gb non-TAA
LOCAL STOCK NUMBER: AB933672
0011
4.00
EA
__________________
__________________
AB106002 Software & Accessories \F\ Tripp Lite Ciscoceiver -\F\ 10/100/1000Base-TX, Copper, RJ45, Cat6, 328 ft. (100 m) - non-TAA
LOCAL STOCK NUMBER: AB106002
0012
16.00
EA
__________________
__________________
AB694139 Software & Accessories \F\ Tripp Lite Cisco28\F\ Transceiver - 25GBase-SR, Multimode LC, 850 nm, 328 ft. (100 m) non-TAA
LOCAL STOCK NUMBER: AB694139
0013
2.00
EA
__________________
__________________
N9K-C93180YC -FX Nexus 9300 with 48p 10/25G SFP+, 6p 100G
LOCAL STOCK NUMBER: N9K-C93180YC
0014
2.00
EA
__________________
__________________
SFP-25G25GBASE Active Optical SFP28 Cable, 1M $292.5
LOCAL STOCK NUMBER: SFP25GAOC1M
0015
2.00
EA
__________________
__________________
C1A1TN9300X F-3Y Cisco ONE Advantage Term N9300 XF, 3Y
LOCAL STOCK NUMBER: C1A1TN9300X
0016
24.00
EA
__________________
__________________
SFP-10/25GDual Rate 10/25GBASE-CSR SFP Module
LOCAL STOCK NUMBER: SFP-10/25G
0017
4.00
EA
__________________
__________________
QSFP-40/100- SRBD 100G and 40GBASE SR-BiDi QSFP Transceiv
LOCAL STOCK NUMBER: QSFP-40/100-
0018
16.00
EA
__________________
__________________
SFP-25G-SR25GBASE-SR SFP Module
LOCAL STOCK NUMBER: SFP-25G-SR
0019
8.00
EA
__________________
__________________
SFP-10G-SR 10GBASE-SR SFP Module, Enterprise-Class
LOCAL STOCK NUMBER: SFP-10G-SR
0020
4.00
EA
__________________
__________________
CVR-X2- SFP10G= X2 to SFP+ Adaptor module
LOCAL STOCK NUMBER: CVR-X2-
0021
4.00
EA
__________________
__________________
GLC-TE++= 1000BASE-T SFP TAA Compliant.
LOCAL STOCK NUMBER: GLC-TE++=
0022
5.00
EA
__________________
__________________
210-AYCP Group: 2 \F\ PowerEdge MX750C Server \F\
LOCAL STOCK NUMBER: 210-AYCP
GRAND TOTAL
__________________
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the product that fulfills the required specifications.
If you are interested and capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code (334111/541519) identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than February 13, 2023, at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.