Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

D -- COMPUTER SUPPORT

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA1330-02-RQ-0070
 
Response Due
8/20/2002
 
Point of Contact
Teresa Watson, Contract Specialist, Phone (757) 441-6528, Fax (757) 441-3786, - Melvyn Desjarlais, Supv. Contract Specialist, Phone (757) 441-6647, Fax (757) 441-3786,
 
E-Mail Address
teresa.l.watson@noaa.gov, melvyn.a.desjarlais@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Air Resources Laboratory (ARL) has a requirement for computer systems support for overhaul and upgrade of a UNIX-based computer system. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number EA1330-02-RQ-0070 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. THE RESULTING ORDER WILL BE A FIRM-FIXED PRICE CONTRACT. This is a 100% Small Business Set-Aside. The associated NAICS code is 541511 and applicable small business standard is $18M. Contract line item is as follows: 0001- Continuous support for overhaul and upgrade of ARL UNIX-based computer system in accordance with Statement of Work. (1300 HRs). The period of performance is scheduled for October 1, 2002 through September 30, 2003. Place of performance is R/ARL - Air Resources Laboratory SSMC#3-3316, 1315 East-West Hwy, Silver Spring, MD 20910. FAR Prov 52.212-1, Instructions to Offerors-Commercial is applicable to this acquisition. Offers will be evaluated based upon familiarity and experience with the software and hardware currently in use by ARL. The current computational environment consists of five IBM RS6000s (Models 560, 595, two 43Ps in a 2-processor per node cluster, and one F50 4-processor system) and a generic Intel chip based six system 2-processor per node LINUX cluster. Offerors shall provide a capability statement (including resume) along with names, telephone numbers, and addresses of three (3) Government agencies or other companies as references for similar projects. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. In addition to cost or price, proposals will also be evaluated based on the following factors, listed in descending order of importance: 1) Installation and configuration of the IBM AIX operating system on IBM RS6000 computers. 2) Installation, configuration, and operation of the IBM ADSM tape archiving software for multi-tape robotic libraries running under IBM AIX. 3) Installation and configuration of the IBM parallel operating environment (POE) on multi-node multi-processor systems running AIX. 4) Installation and configuration of LINUX on a multi-node multi-processor cluster linked with the Fortran and C-compilers through the MPI (Message Passing Interface) protocol. This is a best value, competitive requirement. Award will be made to the offeror: Whose offer conforms to the solicitation requirements; who is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the capabilities to fulfill the requirements of the contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factor(s) listed above to be the most advantageous to the Government. Offerors are advised to include a completed copy of FAR Prov 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. All applicable FAR clauses and provisions may be accessed at www.arnet.gov/far. All responsible sources may submit a quotation, which shall be considered by the agency. Quotations shall be submitted to: DOC/NOAA/EASC, Norfolk Federal Building, 200 Granby St., Rm. 815, Norfolk, VA 23510, ATTN: Teresa Watson. Quotations received by COB on August 20, 2002 will be considered for award. Award will be made on or before August 30, 2002. Numbered Note 1 applies. STATEMENT OF WORK: The Contractor shall provide support for continued operational support and upgrading of the Air Resources Laboratories' UNIX-based computer system. The tasks cover the installation and upgrades of system software, reconfiguration of files systems, development of shell scripts for operational needs, printer installation, system backups, and other computer system support as needed. Workspace and computer equipment will be provided at the Air Resources Laboratory, Silver Spring, Maryland. DELIVERABLES: The Contractor shall: Perform regular system (mksysb) backups; Monitor automated backup system for user accounts and system files; Maintain proper network configuration to support MPI computational environment; Maintain and upgrade the AIX operating system to the most current version; Maintain and upgrade installed software such as GNU, Ghostscript, Tcl/Tk, and Fortran; Monitor system resources and networking to maintain optimal performance; Maintain LINUX PC cluster; Maintain FTP Server; Monitor all computer systems for security to prevent unauthorized access; Monitor CERT security advisories for patches and install them as needed.
 
Place of Performance
Address: 1315 East-West Highway, Silver Spring, MD
Zip Code: 20910
Country: US
 
Record
SN00135052-W 20020809/020808084717 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.