DOCUMENT
70 -- DITE EMC Requirement - SOW and Spreadsheet
- Notice Date
- 8/29/2008
- Notice Type
- SOW and Spreadsheet
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-08-Q-SICO5
- Archive Date
- 9/23/2008
- Point of Contact
- Craig M James,, Phone: 202-283-1196
- E-Mail Address
-
craig.m.james@irs.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, TIRNO-08-Q-SIC05, is being issued as a Request for Quotation (RFQ). Quotes are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-26 are incorporated into this RFQ. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 541511. The small business size standard is $23M. A.Background EMC is the only brand that can satisfy this DITE project requirement. The DITE project is a large EMC Documentum environment. Any solution must be fully compatible with EMC Documentum. The existing IRS Tier II SAN infrastructure is built upon EMC storage and SAN switch architecture. IRS Target Enterprise Architecture Standards Profile (EA ESP) defines EMC storage devices for Tier II applications as well as EMC ControlCenter for SAN management and monitoring. The EA ESP also defines Symantec Veritas NetBackup for backups, and EMC TimeFinder and SRDF for data replication. Full compatibility with these Enterprise standards must be considered to be a critical component of any solution. The Wintel Hardware Refresh Project has a requirement for their upgrade of roughly 15TB of Storage Area Network (SAN) storage for their VMWare Infrastructure. B.Objective The primary objective of this request is to install, configure and integrate SAN storage and VMware software into the IRS SAN infrastructure in the CSC Maryland Technical Center (MTC). C.Scope The Wintel Hardware Refresh Project requires additional EMC DMX storage in MTC to provide the required data storage. The EMC DMX storage addition will provide approximately 15TB of usable primary storage to the Wintel VMWare Virtual infrastructure. The additional EMC DMX storage array will be leveraged so approximately 2/3rds of the space will be for Virtual Machines, whereas the remain 1/3rd will be used for VCB - VMWare Consolidated Backup. Successful completion of these tasks will require extensive background with IRS Tier II SAN design and implementation standards, direct access to EMC engineering and existing IRS configuration information held by EMC, and full unfettered access to IRS facilities and personnel. The skill levels of the personnel performing these tasks must be Subject Matter Expert for the following functional skill sets: Project Manager, Solutions Architect, Technology Consultant, Implementation Specialist, and Customer Engineer. The personnel also must have in-depth knowledge for integration between DMX storage and VMWare Virtual Infrastructure. Extensive experience in integration testing with SAN and VMWare Infrastructure is essential. Engineers with EMC Expert Certification are required as well as Wintel Certifications. D.See attached Statement of Work and Spreadsheet for specific tasks, maintenance tasks and additional line items. E. Key Personnel Element It is the reasoned judgment of IRS Tier II Enterprise Operations that only EMC personnel can provide the required level of expertise, experience with the IRS, and knowledge and understanding of IRS integration and operational standards. F. Period of Performance is 12 months from date of award the performance sites will be CSC Maryland Technical Center, 7900 Harkins Rd., Lanham, MD 20706 G.The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-25 are applicable to this procurement: FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer – Central Contractor Registration. H. Offer Instructions All responsible sources who can provide the above requirements shall submit written quotations no later than 8 days from the posted date of this announcement. The government intends to award a firm fixed price order. The Vendor shall be selected based on the lowest priced technically acceptable proposal. All quotes must include price(s); Quotes over 15 pages in total will not be accepted. All questions must be submitted by email to Craig.M.James@irs.gov. Please submit your proposal electronically by Monday, September 8, 2008 at 4:00 PM. Any questions regarding this RFQ shall be submitted by email NTL Thursday, September 4, 2008 at 2:00 PM EST. Point of Contact(s): Craig James, Contract Specialist, Phone 202-283-1196, Fax 202-283-4429, Email craig.m.james@irs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=952822202221fa23cc2b20fcc2b6ea55&tab=core&_cview=1)
- Document(s)
- SOW and Spreadsheet
- File Name: Statement of Work (Windows Refresh SOW_TIRNO08QSIC05.doc)
- Link: https://www.fbo.gov//utils/view?id=30999a2ddea2949665bd6f9b43d8af42
- Bytes: 51.00 Kb
- File Name: GEL Spreadsheet (VDE_DITE_TIRNO08QSIC05GEL.xls)
- Link: https://www.fbo.gov//utils/view?id=787673ef54709b05ecab4543f69fac9c
- Bytes: 78.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Statement of Work (Windows Refresh SOW_TIRNO08QSIC05.doc)
- Place of Performance
- Address: CSC Maryland Technical Center, 7900 Harkins Rd., Lanham, MD 20706, Lanham, Maryland, 20706, United States
- Zip Code: 20706
- Zip Code: 20706
- Record
- SN01655090-W 20080831/080829220344-952822202221fa23cc2b20fcc2b6ea55 (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 |