Search Contract Opportunities

NETAPP Software and Warranty

ID: N0017325Q5620 • Type: Synopsis Solicitation

Description

Posted: April 15, 2025, 10:25 a.m. EDT

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Effective: 29Aug24

This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis.

The associated North American Industrial Classification System (NAICS) code for this procurement is 513201
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is DA10

The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase

  1. NETAPP Software and Warranty

All interested companies shall provide quotations for the following:

x See specification attachment

REQUEST FOR JOB QUESTION AND ANSWER MEETING

N0017325Q5620

DATE: 4/16/2025

TIME: 10:00-11am

PLACE: PHONE - Microsoft Teams

POINTS OF CONTACT: Andrea Graves 202-875-9251

Contractors are required to attend the Q&A before any quotations are accepted for the acquisition listed on the RFQ/Solicitation.

If a vendor representative does not attend the schedule meeting , they may be considered Non-Responsive'.

If the quotations are not received by

that date, they will be considered a No Bid . Contact with the End-User is strictly

prohibited (other than Q&A). Any contact may result in the bid being considered tainted' and subsequently cancelled.

Any questions the Vendor representatives may have after the Q&A meeting must be directed

to the Contracting Officer (above) at e-mail address; andrea.l.graves6.civ@us.navy.mil no later than 04/25/2025 at 4:00 p.m. Eastern Standard Time.

Any changes in the description, specifications or drawings after the job site visit will be issued to ALL vendors.

If an emergency arises and the Vendor representative cannot attend the scheduled Q&A meeting

, PLEASE call the POC at the above number by the morning of the Job Site Visit to let

him/her know you will not be able to attend. The Contractor is required to notify the

Contracting Officer by 04/15/2025, 1:00 p.m. of intent to attend. A teams invite will be sent to all vendors intrested in attending by COB 4/15/2025.

Posted: April 7, 2025, 2:41 p.m. EDT
Posted: March 31, 2025, 2:00 p.m. EDT
Posted: March 25, 2025, 4:13 p.m. EDT

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Effective: 29Aug24

This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)(1) on a Firm-Firm Fixed-Price (FFP) basis.

The associated North American Industrial Classification System (NAICS) code for this procurement is 513201
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is DA10

The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase

  1. NETAPP Software and Warranty

All interested companies shall provide quotations for the following:

x See specification attachment

Supplies: BRAND NAME OR EQUAL .

Items must be brand name or equal in accordance with FAR 52.211-6.

Software/Hardware/Services:

This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.

Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions

Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.

Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items.

Delivery Address:

____X____ U.S. Naval Research Laboratory

4555 Overlook Avenue, S.W.

Bldg. 49 Shipping/Receiving

Code 3400

Washington, DC 20375

**FOB DESTINATION IS THE PREFERRED METHOD**

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company DUNS Number and Cage Code on your quote.

All quotations shall be sent via e-mail.

GOVERNMENT POINT OF CONTACT

Purchasing Agent Name: Andrea Graves

Tel: 202-875-9251

Email: Andrea.l.graves6civ@us.navy.mil

Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.

System for Award Management (SAM). The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award may be made without discussions or negotiations, therefore prospective contractors shall have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price. The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.

Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Exceptions. Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail

Background
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase NETAPP Software and Warranty. This procurement is part of their mission to support research and development efforts through the acquisition of necessary commercial items.

Work Details
The contractor will provide the following items:

1. NetApp Next Business Day Parts Delivery and Software Subscription for four serial numbers with a post-warranty period of 180 days.

2. NetApp Software Subscription Plan for the same four serial numbers with a post-warranty period of 180 days.

3. Disk Plus Renewal for the same four serial numbers for a duration of 2 years, 11 months, and 28 days excluding the end date.

4. SE Secure for Government with 7x24 support and 4-hour onsite service for the same four serial numbers for a duration of 2 years, 11 months, and 28 days excluding the end date.

5. Warranty Extension for the same four serial numbers with a post-warranty period of 2 years, 11 months, and 28 days excluding the end date.

All equipment must be new, covered by manufacturer's warranty, and vendors must be authorized distributors or resellers.

Period of Performance
The performance period for maintenance renewals must begin on or after the date of contract award.

Place of Performance
U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375

Overview

Response Deadline
April 25, 2025, 3:00 p.m. EDT (original: April 10, 2025, 3:00 p.m. EDT) Due in 1 Days
Posted
March 25, 2025, 4:13 p.m. EDT (updated: April 15, 2025, 10:25 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20375 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
89% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/25/25 Naval Research Laboratory issued Synopsis Solicitation N0017325Q5620 for NETAPP Software and Warranty due 4/25/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 513210 (SBA Size Standard $47 Million) and PSC DA10.
Primary Contact
Name
Andrea Graves   Profile
Phone
None

Secondary Contact

Name
THERESA MACPHERSON   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Andrea L. Graves Profile andrea.l.graves6civ@us.navy.mil None

Documents

Posted documents for Synopsis Solicitation N0017325Q5620

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N0017325Q5620

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0017325Q5620

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0017325Q5620

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > ONR > ONR NRL > NAVAL RESEARCH LABORATORY
FPDS Organization Code
1700-N00173
Source Organization Code
100255323
Last Updated
April 15, 2025
Last Updated By
andrea.graves@nrl.navy.mil
Archive Date
April 25, 2025