Panasas Mainteance & Support Packages
ID: N0016724Q0167Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Navy seeks quotes for a firm-fixed-price Blanket Purchase Agreement (BPA) related to Panasas maintenance and support. The Department of Defense aims to award a small business set-aside contract for specialized hardware and support services to authorized Panasas resellers. With numerous extensions, the latest quote submission deadline is now 12:00 PM on August 16, 2024.

    The solicitation outlines the need for authorized resellers to provide maintenance and support for Panasas systems, which play a critical role in supporting servers, databases, and networks used by the scientific community. To ensure uninterrupted access, the Navy requires brand-name solutions and efficient procurement through a BPA.

    The BPA will facilitate timely hardware procurement and maintenance, covering various Panasas-related items such as cable kits, node upgrades, and support packages. Emphasizing the specialized nature of the equipment, only authorized technicians are permitted to perform hands-on repairs.

    The contract will be awarded based on the lowest price and technical acceptability, with evaluations focused on the vendor's ability to meet technical requirements, including specifications and delivery timelines. Brittany Tavassoli, the point of contact, can be reached at brittany.b.tavassoli.civ@us.navy.mil for any questions.

    Offerings must be submitted in specified formats, including pricing details, and will be evaluated for their compliance with the Performance Work Statement (PWS). Notably, the procurement process prioritizes small businesses, with a set-aside in place for eligible vendors.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Naval Surface Warfare Center Indian Head Division, is seeking support in the form of a Blanket Purchase Agreement (BPA) for professional services related to patents and trademarks. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies will compete at the call level. The government is looking for companies that can provide standard commercial supplies and services at competitive prices. Interested vendors must submit a cover sheet with their official company name, cage code, and point of contact information. They must also provide documentation addressing their capabilities and expertise, as well as a complete and return a price list if applicable. The BPA awards will be based on positive past performance, and interested vendors should provide a minimum of three past performance references. The evaluation of past performance will consider factors such as customer satisfaction, timeliness, technical success, program management, and quality. Vendors must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside opportunity, and vendors with technical and past performance merit may be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than December 31 for a February award, and no later than June 30 for an August award. The government reserves the right to consider past performance information from other sources. The primary point of contact for this procurement is Barbara Grinder, and the secondary point of contact is Brandi Sorzano.
    BPA - IT and Telecom PSC 7E20
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside for the procurement of IT and Telecom supplies and services. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. The BPAs will be for IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (HW/Perp SW). Interested companies must submit a cover sheet with company information, documentation addressing capabilities and expertise, and a price list if applicable. BPA's will be awarded based on positive Past Performance. Interested vendors should provide a minimum of three Past Performance References. The government reserves the right to use additional references if available. Interested vendors should have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil.
    BIG IP renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew their BIG IP software license. BIG IP is a business application software used in the IT and telecom industry. The procurement is a total small business set-aside and will be conducted on a firm fixed-price basis. The place of performance is Patuxent River, MD, and interested vendors must be registered in the System for Award Management (SAM) database. The procurement requires items to be covered under the manufacturer's warranty and must be TAA compliant. The deadline for submitting a brand name quote is 11/22/2023 by 5pm. All quotes/responses should be submitted via email to Annie Bohmann at annie.n.bohmann.civ@us.navy.mil.
    70--PANEL PC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure four units of the PANEL PC, identified by NSN 7H-7025-016924379. This procurement is a total small business set-aside and is intended for supplies that the Government plans to solicit and negotiate with only one source due to the unavailability of data or rights needed for competitive procurement. The goods are critical for IT and telecom support, particularly in help desk and productivity tool applications. Interested parties must respond within 45 days of this notice, and all inquiries should be directed to Leigh E. Catchings at (717) 605-2864 or via email at Leigh.Catchings@navy.mil.
    CIRCUIT CARD ASSEMB
    Active
    Dept Of Defense
    The U.S. Navy's Department of Defense seeks quotes for a Firm-Fixed Price (FFP) contract to manufacture and supply circuit card assemblies. Opportunity Overview The primary purpose of this solicitation is to acquire circuit card assemblies, with an emphasis on quality assurance and timely delivery. The contract will require adherence to specific military standards for packaging, marking, and electrostatic discharge control. Scope of Work Manufacture and supply circuit card assemblies according to the requirements outlined in the solicitation, with a focus on meeting military standards for quality and traceability. Comply with MIL-STD-130 for physical identification and MIL-STD-1686 for electrostatic discharge control. Maintain inspection records for 365 days after final delivery. Deliveries will be FOB Origin. Eligibility Criteria Consideration for award will be given to authorized distributors of the original manufacturer's items. Proof of authorization must be submitted with the offer. Funding and Contract Details The contract type is Firm-Fixed Price (FFP). Estimated funding for this effort is not explicitly mentioned in the solicitation. However, the solicitation indicates that the resultant contract will be issued bilaterally and requires the contractor's written acceptance. Submission Process Interested parties should submit their quotes, representations, and certifications electronically to STEPHANIE.R.PEREZ1@NAVY.MIL. The deadline for submissions is 1 November 24. The quote should include: New procurement unit price Total Price Procurement delivery lead time Award details Inspection and acceptance details Cost breakdown, including profit rate Quote expiration date (90 days minimum) Delivery vehicle details Evaluation Criteria The Navy will evaluate quotes based on the criteria outlined in the solicitation, with an emphasis on price, delivery time, and compliance with military standards. Contact Information For further clarification or questions, interested parties can contact Stephanie Perez at STEPHANIE.R.PEREZ1@NAVY.MIL or via telephone at 717-605-1306.
    4730 BPA FY24 Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapon Systems Support (NAVSUP WSS), is seeking small business concerns to participate in a Request for Information (RFI) for a Blanket Purchase Agreement (BPA) related to nuclear reactor components classified under Federal Supply Code 4730. This RFI aims to identify potential suppliers capable of fulfilling future procurement needs for parts essential to the Navy's nuclear propulsion systems, which utilize a pressurized-water reactor design for effective heat and energy management. Interested parties are encouraged to submit white papers detailing their experience and capabilities, with responses due by September 30, 2024. For further inquiries, interested businesses can contact Haylea Winand at haylea.e.winand.civ@us.navy.mil.
    DOOR,ACCESS,GENERAL
    Active
    Dept Of Defense
    The U.S. Navy is seeking quotes for the repair and inspection of DOOR,ACCESS,GENERAL, as detailed in the solicitation notice. This opportunity falls under the Hardware Manufacturing NAICS code 332510. The key tasks for the awardee involve repairing the specified hardware in accordance with the manufacturer's standards and providing associated services. The work involves meeting operational requirements, performing inspections, and delivering the repaired items. The Navy reserves the right to perform additional inspections to ensure compliance with standards. The Navy requests that applicants provide a Firm-Fixed Price for the entire repair project and specify any exceptions to the solicitation's requirements. Applicants should also include the cost of new items for evaluation purposes. Additionally, the Navy requires information on teardown and evaluation rates, repair turn-around times, and capacity constraints. Eligibility for this opportunity requires applicants to be authorized distributors of the original manufacturer's items. Proof of this authorization is necessary for consideration. Funding for this project is estimated at $192,971.16, and the contract will be bilaterally issued. Applicants should reference the requested RTAT of 166 days in their quotes. The submission deadline is not specified in the information provided. However, it's important to note that late submissions may not be considered. Applicants should ensure timely submission of their quotes, adhering to the instructions outlined in the solicitation notice. The winning application will be determined based on the criteria outlined in the solicitation notice, which includes evaluating repair prices, turn-around times, and compliance with the specified requirements. For any clarifications or questions, interested parties can contact Seana Steiner at seana.m.steiner.civ@us.navy.mil or via telephone at 717-605-6561. Please note that this opportunity is subject to Emergency Acquisition Flexibilities (EAF), and successful applicants will need to comply with the requirements outlined in the solicitation notice and associated documents.
    70--STORAGE SERVER COMP, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of storage server components. The procurement involves the repair of 11 units of the specified storage server, requiring contractors to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs. These components are critical for maintaining operational readiness within the Navy's IT and telecom infrastructure. Interested contractors should contact Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN43@NAVY.MIL for further details and to submit their proposals.
    General Hardware (M Department) Master BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a General Hardware service/item through a Combined Synopsis/Solicitation notice. This service/item falls under the category of Handtools, nonedged, nonpowered, with a PSC code of 5120. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640 and the country being the USA. The primary contact for this procurement is Sarah Hayden, and the secondary contact is Dr. David Greaves. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested companies must provide documentation addressing the performance work statement, complete and return the price list and fill in clauses in the RFQ, and have an active account in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). Additionally, ITAR Certification is required for receipt of the technical documents. Large businesses will also be considered for other opportunities. Vendors with technical merit will be issued a Master BPA to bid on future requirements. The Government reserves the right to consider past performance information from other sources. The points of contact for this procurement are Sarah Hayden, Dr. David Greaves, Marlene Ridgell, and Nicholas Zalewski.
    BPA - Boxes and Packaging PSC 8115, 8135
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking companies to establish Blanket Purchase Agreements (BPAs) for the procurement of boxes, cartons, and crates (PSC 8115) and packaging and packing bulk materials (PSC 8135). The Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland is interested in competitive prices for these standard commercial supplies and services. Interested companies must provide a cover sheet with company information, documentation of capabilities and expertise, and a price list if applicable. BPAs will be awarded based on positive past performance, with a minimum of three past performance references required. Vendors must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside and vendors with technical and past performance merit may be issued a Master BPA for future requirements. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil.