Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

70 -- Provide Comm Vault Software and Maintenance for the Oregon Army National Guard

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W90KNA-6073-6001
 
Response Due
6/8/2006
 
Archive Date
8/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation is W90KNA-6073-6001 and is issued as a Request for Quote (RFQ). Request for Quotes are due by June 8, 2006, 4:00 p.m. (EST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 443120. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes t o procure the following supply or services: Substitution not allowed. CLIN 0001 Comm Vault Software to include the following: CS-2 1 Universal Edition CommServe StorageManager for a Windows 2000 server with no more than 2 CPU. Qty 1 MA-HP-SAN-2 1 MediaAgent for a HP-UX SAN with no more than 2 CPU. LMS/DMS NOT included. Qty 1 MA-W-SAN-2 1 MediaAgent for a Windows SAN with no more than 2 CPU. LMS/DMS NOT included. Qty 2 MM-LMS Library Management Software (priced per library) Qty 3 MM-DMS Drive Management Software (priced per drive) Qty 5 MM-DDO-3T Direct from Disk Option for up to 3.2TB of data Qty 1 DA-W-EXDM-2 1 iDataAgent (mailbox level) for an Exchange Server with no more than 2 CPU. Qty 2 DA-HP-HPUX-1 1 iDataAgent for a HPUX Server with 1-7 CPU. Qty 1 DA-RH-ADSR-4 1 iDataAgent for a Linux Advanced Server with 4 CPUs or more Qty 3 DA-S-LIN-2 1 iDataAgent for 1 Oracle Host (on Linux) with no more than 2 CPU. Qty 1 DA-S-ORA-2 1 iDataAgent for 1 Oracle Host with no more than 2 CPU. Qty 1 DA-W-ORA-4 1 iDataAgent for 1 Oracle Host (on Windows) with 3-7 CPU. Qty 1 DA-W-SPP2-2 1 iDataAgent for a SharePoint Portal Server v2 with no more than 2 CPU + 2 SQL Server Standard IDA Qty 2 DA-S-SOL-1 1 iDataAgent for a Solaris Server with 1-7 CPU. Qty 2 DA-W-SQL-2 1 iDataAgent for a SQL Server with no more than 2 CPU. Qty 2 DA-W-WS-1 1 iDataAgent for Windows Server (NT, W2K, W2K3) with 1-7 CPU. Qty 50 QA-W-DM-2 1 iDataAgent for an Data Migrator Exchange with no more than 2 CPU. Qty 2 CAL-W-MB-3 Client Access License per MB for up to 1,000 Mailboxes Qty 1600 CLIN 0002 Comm Vault Documentation to include the following: D-CDROM-ALL DOCS Kit contains all current QiNetix Documentation except release notes. Qty 1 CLIN 0003 Comm Vault Implementation & Consulting Services to include the following: CTE-IMPL-50 Level III - Install base CTE plus iDataAgents, except Oracle, SAP, DB2 and Informix. Includes (light) Assessment & Design, (1) eLearning Help Desk Admin CD (site license). Qty 1 IC-CONS5 Consulting Services - multiple unit rate (5 consecutive days / week during Normal business hours). Qty 1 TRVL-CONSLT Travel Expenses - fixed price per day per consultant Qty 5 CLIN 0004 Comm Vault Maintenance & Support to include the following: CS-2M Maintenance for 1 Universal Edition CommServe StorageManager for a Windows 2000 server with no more than 2 CPU. Qty 1 MA-HP-SAN-2M Maintenance for 1 MediaAgent for a HP-UX SAN with no more than 2 CPU. LMS/DMS NOT included. Qty 1 MA-W-SAN-2M Maintenance for 1 MediaAgent for a Windows SAN with no more than 2 CPU. LMS/DMS NOT included. Qty 2 MM-LMSM Maintenance for Library Management Software (priced per library) Qty 3 MM-DMSM Maintenance for Drive Management Software (priced per drive) Qty 5 MM-DDO-3TM Maintenance for Direct from Disk Option for up to 3.2TB of data Qty 1 DA-W-EXDM-2M Maintenance for 1 iDataAgent (mailbox level) for an Exchange Server with no more than 2 CPU. Qty 2 DA-HP-HPUX-1M Maintenance for 1 iDataAgent for a HPUX Server with 1-7 CPU. Qty 1 DA-RH-ADSR-4M Maintenance for 1 iDataAgent for a Linux Advanced Server with 4 CPUs or more Qty 3 DA-S-LIN-2M Maintenance for 1 iDataAgent for 1 Oracle Host (on Linux) with no more than 2 CPU. Qty 1 DA-S-ORA-2M Maintenance for 1 iDataAgent for 1 Oracle Host with no more than 2 CPU. Qty 1 DA-W-ORA-4M Maintenance for 1 iDataAgent for 1 Oracle Host (on Windows) with 3-7 CPU. Qty 1 DA-W-SPP2-2M Maintenance for 1 iDataAgent for a SharePoint Portal Server v2 with no more than 2 CPU + 2 SQL Server Standard IDA Qty 2 DA-S-SOL-1M Maintenance for 1 iDataAgent for a Solaris Server with 1-7 CPU. Qty 2 DA-W-SQL-2M Maintenance for 1 iDataAgent for a SQL Server with no more than 2 CPU. Qty 2 DA-W-WS-1M Maintenance for 1 iDataAgent for Windows Server (NT, W2K, W2K3) with 1-7 CPU. Qty 50 QA-W-DM-2M Maintenance for 1 iDataAgent for an Data Migrator Exchange with no more than 2 CPU. Qty 2 CAL-W-MB-3M Maintenance for Client Access License per MB for up to 1,000 Mailboxes Qty 1600 Will be delivered to AE PBO, 3225 State St., Salem, OR 97309 The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contra ctors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer which is both techn ically acceptable and shows satisfactory past performance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, D efinitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: Brandy L. Kloock at 503-584-3929 Quotations can be mailed to USPFO f or Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to brandy.kloock@or.ngb.army.mil
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
Country: US
 
Record
SN01057429-W 20060527/060525221221 (fbodaily.com)
 
Source
FedBizOpps 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.