Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
SPECIAL NOTICE

70 -- Sun Servers; Network Hardware & Software, etc. for Support of the Public Commenting System

Notice Date
7/22/2003
 
Notice Type
Special Notice
 
Contracting Office
Department of the Interior, Minerals Management Service, Procurement Operations, 381 Elden Street, MS 2500, Herndon, VA, 22170-4817
 
ZIP Code
22170-4817
 
Solicitation Number
1435-04-03-RP-73129A1
 
Response Due
7/24/2003
 
Archive Date
8/8/2003
 
Point of Contact
Susan Benik, Contracting Officer, Phone 703-787-1350, Fax 703-787-1022, - Susan Benik, Contracting Officer, Phone 703-787-1350, Fax 703-787-1022,
 
E-Mail Address
n/a, n/a
 
Description
NOTE: This is for Amendment 0001. There was some difficulty in uploading the file to FedBizOpps, so therefore a Special Notice is being issued. AMENDMENT 1: Amendment 0001 to Solicitation 1435-04-03-RP-73129 entitled, ?70 -- Sun Servers; Network Hardware & Software, etc. for Support of the Public Commenting System? This Solicitation is hereby revised as follows: (A) The due date for proposals is extended from July 22, 2003 at 3:00PM to July 24, 2003 at 8:00AM EST. (B) In lieu of bidding the entire list of items as described in the solicitation, partial bids will be accepted pursuant to the following directions. This solicitation has been broken out into six individual packages. Offerors can bid any or all of the six packages. However, in order for a bid to be considered on an individual package, offerors must propose all items included in that package. Partial quotes on the individual packages will not be accepted or evaluated. Your quote must clearly identify which of the following packages you are quoting. If you are bidding the entire requirement, please indicate this on the cover page of your quote. Each of the packages will be evaluated separately pursuant to FAR 52.212-2 Evaluation ? Commercial Items. Package 1: All items with the exception of Items 6-7, 8, 9-10, 11-21, and 22-23 Package 2: Items 6-7 - Netegrity IdentifyMinder/SiteMinder Package 3: Item 8 ? Plumtree Corporate Portal 4.5WS for UNIX License Package 4: Items 9-10 ? BEA Weblogic Application Server 7.0 Package 5: Items 11-21 ? Documentum 5.0 Package 6: Items 22-23 ? Oracle 9i Standard Edition (C) This procurement is for new equipment. Quotes for refurbished equipment will not be accepted or evaluated. (D) There are no other changes by way of this Amendment. Contracting Officer: Susan Benik Phone: 703-787-1350 Fax; 703-787-1022 ORIGINAL SOLICITATION - Listed under 1435-04-03-RP-73129A1: PLEASE READ THIS ENTIRE NOTICE CAREFULLY, AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations Subpart 12.6 and the provisions of Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. All items for this solicitation shall be delivered to Minerals Management Service (MMS) in the Gulf of Mexico Region (GOMR), 1201 Elmwood Park Blvd., Mail Stop 4062, New Orleans, LA 70123-2394, no later than August 25, 2003. In order to submit a responsive proposal, your company must be able to comply with the August 25, 2003 delivery date, and quote all items as requested (partial orders will not be evaluated). The following provisions and clauses apply to this acquisition and are incorporated by reference: 1) 52.212-1, Instructions to Offerors-Commercial; 2) 52-212-2, Evaluation-Commercial Items; 3) 52.212-3, Offeror, Representations and Certifications-Commercial Items; 4) 52.212-4, Contract Terms and Conditions-Commercial Items, with an addendum; and 5) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Solicitation Number 1435-04-03-RP-73129; the solicitation is issued as a request for proposals (RFP), full and open competition. BACKGROUND: This requirement details all the servers, supporting hardware, and software required to build and support the Outer Continental Shelf (OCS) Public Commenting System (PCS), Portal, and the Security Policy Server infrastructure. The list is inclusive all items required at this time. For example, hardware such as monitors, keyboards, switches, racks, are NOT required with this procurement. This procurement is only to purchase/deliver the hardware and software and not to install. The full requirements for the hardware and software are listed below. However, A WORD DOCUMENT CONTAINING THIS INFORMATION CAN BE FOUND ON THE GOVWORKS WEBSITE AT http://www.govworks.gov/vendor/csolicit.asp. The document should be posted on Thursday, July 17, 2003. If the document is not accessible, please request a copy be faxed to you, by faxing a request to Susan Benik at 703-787-1022. DELIVERY INSTRUCTIONS: Items must be delivered no later than August 25, 2003; 24 hour delivery notice is required; Inside delivery to the first floor receiving area required; No loading dock available; MMS does not provide delivery labor; Delivery company must supply labor and lift truck, if necessary, for inside delivery; Delivery mode: FOB Destination. REQUIREMENTS: (ITEM 1) Sun Fire V880 Server (Quantity 1): (A) UltraSPARC III Cu Processor: 4/8 @ 1.05 GHz 4 (B) External Cache per Processor 8 MB (C) Memory 8 GB (32/64 @ 256-MB DIMMS) (D) 10000 RPM FC-AL Disk Drive 2/6 @ 73 GB (E) DVD-ROM 10 Drive 1 (F) Serial Port 2 RS-232C/RS-423 (G) Operating Environment Solaris 8 or Higher (ITEM 2) Sun Fire V480 Server (Quantity 7): (A) UltraSPARC III Cu Processor: 2/4@ 900 MHz (B) External Cache per Processor 8 MB (C) Memory 8 GB (16 @ 512-MB DIMMS) (D) 10000 RPM FC-AL Disk Drive 2/2@ 73 GB (E) DVD-ROM 10 Drive 1 (F) Operating Environment Solaris 8 or Higher (ITEM 3) Sun Fire V480 Server (Quantity 1): (A) UltraSPARC III Cu Processor: 4/4@ 900 MHz (B) External Cache per Processor 8 MB(C) Memory 8 GB (16 @ 512-MB DIMMS) (D) 10000 RPM FC-AL Disk Drive 2/2@ 73 GB (E) DVD-ROM 10 Drive 1 (F) Operating Environment Solaris 8 or Higher (ITEM 4) Sun Fire V280 Server (Quantity 1): (A) 2 X1.2-GHz UltraSPARC IIIi Cu Processors (B) 8-MB L2 Cache per Processor (C) 8-GB @1-GB Memory (D) 2x73-GB 10000 RPM Ultra 3 SCSI LVD Disk Drives (E) 1 @ 10/100BASE-T (ITEM 5) Pentium? 4 Processor at 3GHz with 800MHz front side bus (Quantity 2): (A) 2G Dual Channel DDR SDRAM at 400MHz (4x512M) (B) 120GB Ultra ATA/100 7200RPM Hard Drive (ITEM 6) Netegrity IdentityMinder/SiteMinder - 5000 User Option: (A) Netegrity IdentityMinder B-to-B -5000 User Licenses, 5K-UM-LCE-S0620-I (Quantity 5000) (ITEM 7) Netegrity IdentityMinder/SiteMinder - 5000 User Option: (A) Netegrity IdentityMinder Gold Support (24x7 Coverage) for B to B Users, M-5K-UM-LCE-SO620-I (Quantity 1) (ITEM 8) Plumtree Corporate Portal 4.5WS for UNIX License (Quantity 1): (A) 1000 Authorized Users, 500 External Users, and Unlimited Anonymous Users (B) All Portlet Families (C) Content Server (D) Collaboration Server (E) BEA Web Logic Express License (F) First Year Maintenance and 24x7 support (ITEM 9) BEA Weblogic Application Server 7.0 (A) 2 CPU License ? Production (Quantity 2) (ITEM 10) BEA Weblogic Application Server 7.0 (A) 2 CPU License - Staging/Development (B) Gold Member Product Support and Maintenance - 12 months (Quantity 2) (ITEMS 11-21) Documentum 5.0: (A) 4 CPU license ? Production (Qty 1) ; (B) 2 CPU License - Staging/Development (Qty 1); (C) AutoRender Pro (Qty 1); (D) Reporting Gateway Developer (Qty 2); (E) Reporting Gateway Consumer (Qty 3); (F) Maintenance - annual - 4 CPU license ? Production (Qty 1); (G) Maintenance - annual ? 2 CPU License - Staging/Development (Qty 1); (H) Maintenance - annual - AutoRender Pro (Qty 1); (I) Maintenance - annual - Reporting Gateway Developer (Qty 2); (J) Maintenance - annual - Reporting Gateway Consumer (Qty 3). (ITEM 22) Oracle 9i Standard Edition (A) 4 CPU License ? Production (Qty 1) (ITEM 23) Oracle 9i Standard Edition (A) 2 CPU License ? Staging (Qty 1) (B) Gold Member Product Support and Maintenance - 12 months (ITEM 24) SAN Hardware/Software: (A) Brocade BR-3200-0012 3200, 8-SFP, 1 Fixed PS, Rack Kit, Advanced Webtools, Zoning, Quickloop (Qty 4) (ITEM 25) SAN Hardware/Software: (A) 10m Optical Cable LC-LC (QTY 26) (ITEM 26) SAN Hardware/Software: (A) FCE-6460-N 2GB Single Port HBA, PCI (QTY 20) (ITEM 27) SAN Hardware/Software: (A) LSI-TP9500-RACK 72" Cabinet (QTY 1) (ITEM 28) SAN Hardware/Software: (A) LSI-Rackmount Rails (QTY 5) (ITEM 29) SAN Hardware/Software: (A) LSI-TP9500-146GB-D 2Gbit, 146GB, 10K rpm, w/canister (QTY 58) (ITEM 30) SAN Hardware/Software: (A) LSI-TP9500-DK-US TP9500/9400 Destination Power Kit-U.S. (QTY 1) (ITEM 31) SAN Hardware/Software: (A) LSI-TP9500-MODULE14 2Gbit Drive Enclosure for 14 2Gbit LP Drives with 4 SFPs (QTY 4) (ITEM 32) SAN Hardware/Software: (A) LSI-TP9400-MAXBASE-2GB Dual 2Gbit Controllers each w/1 GB Cache (QTY 1) (ITEM 33) SAN Hardware/Software: (A) LSI-SANtricity for Solaris (Firmware level 8.2) (QTY 1) (ITEM 34) SAN Hardware/Software: (A) LSI-SANshare 16 (Firmware level 8.2) (QTY 1) (ITEM 35) SAN Hardware/Software: (A) 2 Year Onsite Support for Brocade 3200, 5x9xNBD (QTY 4) (ITEM 36) SAN Hardware/Software: (A) UDI-2 Year Onsite Support for E4600, 5x9xNBD (QTY 1) (ITEM 37) SAN Hardware/Software: (A) UDI-2 Year SANtricity Solaris Maintenance (QTY 1) (ITEM 38) SAN Hardware/Software: (A) UDI-2 Year SANshare 16 Maintenance (QTY 1) (ITEM 39) SAN Hardware/Software: (A) UDI-Installation and Configuration (QTY 1) (ITEM 40) Network and Miscellaneous: Cisco Copper Gigabit WS-X6316-GE-TX (Quantity 1) (ITEM 41) Network and Miscellaneous: ADIC Scalar 1000 LTO-1 SCSI attached drive LVD expansion to existing unit - ADIC Serial # 201101878, Manuf # 93-1173-01 (Quantity 2) (ITEM 42) Network and Miscellaneous: ADIC SCSI Interface Cables-Manuf # 3-01170-07 (Quantity 2) (ITEM 43) Network and Miscellaneous: ADIC LVD Terminator (Quantity 2) (ITEM 44) Network and Miscellaneous: ADIC Scalar 1000 SNC 5100, 2GB, 2 FC/SC Conn. Manuf# 3-00397-01 (Quantity 1) (ITEM 45) Network and Miscellaneous: 15M Optical Cable LC-to-SC (Quantity 3) (ITEM 46) Network and Miscellaneous: ADIC Scalar 1000 Zone support Manuf# 7-00018-21 (Quantity 1) (ITEM 47) Network and Miscellaneous: Dataworld LTO-1 Tapes (@48 per Tape) (Quantity 590) (ITEM 48-54) Veritas Backup Hardware/Software: (A) Veritas NetBackup DataCenter v4.5 Unix Client License, A08538-200000 (Qty 10) (B) Veritas NetBackup DataCenter v4.5 Windows Client License, A085385-200000 (Qty 2) (C) Veritas Tape Drive License, A01294c-000000 (Qty 2) (D) Veritas Shared Storage Option, A01295c-000000 (Qty 2) (E) Veritas Shared Storage Option, A01295c-000000 (Qty 2) (F) Veritas SAN Unix Media Server, A0219B-100000 (Qty 10) (ITEM 55) Cyclades - ATP0150 - AlterPath ACS32 1PSU AC (Quantity 1) HOW TO RESPOND: In order to compete for this contract, interested parties must provide a quotation, with a statement confirming that delivery will be made no later that August 25, 2003, to Susan Benik by 3:00 P.M., EST, July 22, 2003. The quotation must detail out the costs for each item. The Government anticipates that a FIRM-FIXED-PRICE contract will be issued as a result of this RFP. The estimated award date for this contract is July 28, 2003. Offerors shall complete OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS per FAR subpart 52.212. Please submit a hard copy offer to the following address (faxes are acceptable). Faxed proposals should be sent to Susan Benik?s attention at 703-787-1022. PROPOSALS ARE DUE BY 3:00 PM JULY 22, 2003, at DEPARTMENT OF INTERIOR, MINERALS MANAGEMENT SERVICE, MS 2510, 381 ELDEN STREET, HERNDON, VIRGINIA 20170, ATTENTION: SUSAN BENIK. Please note that MMS/GovWorks is located in a secure building. If offers are hand delivered, please ensure that the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call the Branch on extension 1354. A staff member will meet the courier to receive the submittal. The Contracting Officer for this procurement is Susan Benik. Questions should be sent via fax as soon as possible to: Susan L. Benik, Fax (703) 787-1022. Please include with your question(s) your full name, the RFP number & title, your organization, complete address with telephone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. The referenced provisions and clauses can be viewed at www.arnet.gov.
 
Place of Performance
Address: New Orleans - See original announcement.
 
Record
SN00377746-W 20030724/030722213903 (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.