Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2008 FBO #2557
DOCUMENT

70 -- EMC AMS DR Hardware and Services - Statement of Work

Notice Date
11/24/2008
 
Notice Type
Statement of Work
 
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-09-Q-AMSDR2
 
Archive Date
12/16/2008
 
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 of the solicitation for EMC products and synopsis for the brand name justification for EMC. This synopsis is requesting a quote for EMC products. Offerors should submit their quotes by December 1, 2008, 3 pm EST. Manufacturers challenging the brand name justification should submit their technical literature by December 1, 2008, 3 pm EST. 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-09-Q-AMSDR2, Provisions and clauses in effect through FAC 2005-27 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. Background: The Account Management Services (AMS) project office has a requirement for their Release 1.3 Disaster Recovery (DR) deployment for roughly 20TB of Storage Area Network (SAN) storage for the replication of their EMC2 Documentum DocBase. This SAN storage will serve as the destination array in a storage-based-replication system between Memphis and Martinsburg Computing Centers. An EMC DMX-4 has already been deployed for the AMS Release 1.3 Drop 2 Production environment. The existing IRS Tier II Storage Area Network (SAN) infrastructure is built upon EMC storage and SAN switch architecture. IRS Target Enterprise Architecture Standards Profile defines EMC storage devices for Tier II applications as well as EMC Control Center 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. See attached Statement of Work and Spreadsheet for specific tasks, maintenance tasks and additional line items. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-27 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. All responsible sources that can provide the above requirements and deliver all products NLT December 22, 2008 shall submit written quotations no later than 5 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 10 pages in total will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1a216a6d62aa09a6703a94a51bcce38&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (AMS DR SOW Version 1 0.doc)
Link: https://www.fbo.gov//utils/view?id=fe8ba4cd5edf943f81187a971a675eaf
Bytes: 49.50 Kb
 
File Name: CLINs (DR_AMS_GEL REV CV1 EMC11-10-08.xls)
Link: https://www.fbo.gov//utils/view?id=4c440588937481082a805cd77dc2ba2b
Bytes: 106.50 Kb
 
File Name: Vendor's Questions (Vendor's Questions.doc)
Link: https://www.fbo.gov//utils/view?id=ade22fa9dbc28271abf327d3074d8e63
Bytes: 20.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Enterprise Computing Center – Memphis (5333 Getwell Drive, Memphis, TN 38110) and Enterprise Computing Center – Martinsburg (250 Murall Dr, Kearneysville, WV 25430), 250 Murall Dr, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN01709293-W 20081126/081124214436-c1a216a6d62aa09a6703a94a51bcce38 (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.