This document, a Justification and Approval (J&A) for a brand-name procurement, outlines the U.S. Navy's need to acquire hardware and associated warranty and maintenance support from a specific original equipment manufacturer (OEM) and its authorized resellers. The system in question, referred to as SeaTech, is utilized by approximately 2,000 scientists and engineers in their daily work. Due to the specialized nature of this system, the procurement seeks to avoid potential downtime and costly replacements by procuring a brand-name solution along with a blanket purchase agreement (BPA) for future requirements.
The Navy intends to establish a BPA with authorized resellers of the Panasas OEM to efficiently procure hardware and support for at least the next five years. This approach is justified due to the high costs and extended downtime associated with direct replacement, as well as the potential risks and minimal cost savings of alternative, non-OEM solutions. The J&A emphasizes that the procurement will ensure fair and reasonable costs, with price analysis and best value determination conducted by the Procuring Contracting Officer (PCO).
To promote competition, the solicitation will be open to all authorized resellers, and future hardware purchases will be competed to the maximum extent feasible. Small businesses are also considered for this requirement. The J&A includes the necessary certifications and approvals from technical, legal, and contracting perspectives, ensuring compliance with relevant regulations.
Overall, this procurement aims to balance the need for specialized brand-name hardware with efficient acquisition and competition, mitigating potential disruptions to critical research and development work while ensuring value for money.
The Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm-fixed-price (FFP) Blanket Purchase Agreement (BPA) for Panasas System Maintenance and Support from the Original Equipment Manufacturer (OEM), Panasas. This is a small business set-aside procurement with a North American Industry Classification System (NAICS) code of 541519 and a small business size standard of $34 million. The BPA will have a five-year period of performance and a ceiling price of "to be provided at award."
The BPA will cover maintenance and support for the existing Panasas infrastructure at NSWCCD, including hardware and software support, as well as secure disk and business-critical support services. All vendors must be authorized resellers of Panasas and provide a letter from Panasas confirming their reseller status. The maintenance and support services must be performed by OEM-authorized technicians.
The Government will award the contract to the responsible quoter whose quote is most advantageous to the Government, considering price and other factors. The Government intends to evaluate quotes based on the Lowest Price Technically Acceptable (LPTA) criteria. Quotes must include pricing, FOB Destination, point of contact, business size, and cage code. They must also clearly demonstrate the vendor's capability to meet all specifications and requirements in the Performance Work Statement (PWS).
The deadline for submitting questions is July 23, 2024, and the quote submission deadline is July 30, 2024. The Point of Contact for this acquisition is Brittany Tavassoli.
The file details the renewal of maintenance and support services for various hardware and software assets, with a focus on secure disk solutions, chassis, and enclosures. The procurement objective is to secure ongoing support and maintenance for these assets, ensuring their optimal performance and functionality.
The specifications include a range of asset part numbers and serial numbers, indicating that the procurement covers multiple items. The scope of work for the vendor involves providing support and maintenance services for the listed assets, including the "Secure Disk" solutions, which appear to be storage systems with specific security features. The services are structured as renewals, suggesting that this is an extension or continuation of existing support arrangements.
The file also mentions "GOLD" designations, indicating a level of service or support package, and specific quantities of assets, with associated start and end dates for the support periods. The contract details are not explicitly stated, but the file structure implies a firm-fixed-price arrangement, with prices yet to be determined or negotiated.
Key dates for the support periods are provided, ranging from November 2024 to December 2025. These dates indicate when the support services are required to be in effect. The evaluation criteria are not explicitly listed, but the file's structure suggests that proposals will be evaluated based on their ability to meet the specified support requirements for each asset, ensuring the continued performance and security of these systems.
In summary, this file outlines the renewal of maintenance and support services for secure disk solutions and associated hardware, with a focus on ensuring the ongoing performance and security of these critical systems. The procurement seeks to extend or renew existing support arrangements, as indicated by the listed asset details and support periods.
The Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm-fixed-price (FFP) Blanket Purchase Agreement (BPA) for Panasas System Maintenance and Support. This agreement will be established with an Original Equipment Manufacturer (OEM) Panasas authorized reseller to provide maintenance and warranty coverage for the existing Panasas infrastructure at NSWCCD. The BPA will have a five-year ordering period and a ceiling price that will not be exceeded by the total of all BPA calls.
The procurement objective is to obtain maintenance and support for the NSWCCD's Panasas systems, which are crucial for maintaining the servers, databases, and networks supporting the scientific community. The contractor must be an authorized Panasas reseller and provide a letter from Panasas confirming this status annually. All Panasas coverage packages should align with OEM part numbers, and any "hands-on" repairs must be performed by OEM-authorized technicians.
The BPA will cover various Panasas-related items, including but not limited to network cable kits, node upgrade kits, maintenance and support packages, and technical support and warranty for specific equipment. The contractor will also provide a system installation service for 3-10 shelves.
The Government will award the contract to the responsible quoter whose quote is most advantageous to the Government, considering price and other factors. The evaluation criteria include price and technical capability/approach. For the latter, the Government will assess whether the quoted supplies/services meet the solicitation requirements, including parts, delivery dates, and terms and conditions.
The deadline for submitting questions is July 10, 2024, and quote packages are due by July 15, 2024. The anticipated place of performance is the Government's facility, and the period of performance is five years from the BPA date or until the total ceiling price is reached, whichever comes first.
This amendment to the solicitation from the Naval Surface Warfare Center Carderock Division (NSWCCD) extends the offer due date and incorporates several changes. Firstly, it removes the Minimum Specifications and updates the Blanket Purchase Agreement (BPA) Terms and Conditions, which include details about the extent of obligation, purchase limitations, authorized individuals, delivery tickets, pricing, place of performance, period of performance, price reasonableness, invoices, technical points of contact, accounting, product classification code, and miscellaneous provisions. The amendment also adds Minimum Service Requirements, detailing the asset part numbers, serial numbers, descriptions, quantities, and periods of performance for various hardware and software maintenance and support services, including for ASU, ASD, ASR, ASH, and NVIDIA products. The NSWCCD invites vendors to enter into a Multiple Award BPA for Panasas Maintenance and Support, with the intention to award approximately 3 to 5 BPAs, but reserves the right to make awards accordingly based on the responses received.
The amendment to this solicitation primarily aims to extend the offer due date, indicating a shift in the timeline for receiving proposals. The new deadline for offer submissions is now August 14, 2024, at 10:00 AM, providing potential vendors with additional time to prepare and submit their proposals. This change applies to the solicitation referenced as N0016724Q0167, with the contract ID code N00167 and modification number 0002. All other terms and conditions outlined in the original solicitation remain unchanged and in full force. The amendment is issued by the Naval Surface Warfare Center Carderock, with the contracting officer listed as Brittany B. Tavassoli. Vendors are required to acknowledge receipt of this amendment prior to the new submission deadline. No other modifications or administrative changes are mentioned in this document.
This file details a modification of a federal contract or solicitation. The key change extends the offer due date from 10:00 AM on August 14, 2024, to 12:00 PM on August 16, 2024. This amendment does not alter any other terms or conditions of the underlying solicitation or contract, which remain in full effect. The amendment is issued by the Naval Surface Warfare Center Carderock, with all responses administered through the same channel. Offerors must acknowledge receipt of this extension and are permitted to change their submitted offers if desired, as long as these changes are received before the new deadline.
The Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm-fixed-price (FFP) Blanket Purchase Agreement (BPA) for Panasas System Maintenance and Support. This is a small business set-aside procurement, with the North American Industry Classification System (NAICS) code being 334519 and a small business size standard of $34 million. The BPA will have a five-year period of performance and a master dollar ceiling to be determined at the time of award.
The BPA will cover the provision of maintenance and support packages for the existing Panasas infrastructure at NSWCCD, including hardware maintenance and software support. All vendors must be authorized resellers of Panasas and provide a letter from Panasas confirming their authorized reseller status. The maintenance and support shall be provided directly by Panasas Original Equipment Manufacturer (OEM) or their authorized technicians.
The BPA will be awarded based on the lowest price technically acceptable (LPTA) quotation received from eligible vendors. Vendors must submit their quotations by July 15, 2024, and include pricing for specific Panasas equipment and support services listed in the solicitation. The government will determine price reasonableness based on market research, previous purchases, and comparison to an independent government estimate.
The solicitation includes detailed specifications for the required Panasas equipment and support services, along with applicable clauses and provisions. The successful vendor will be required to comply with all terms and conditions outlined in the solicitation.