SPECIAL NOTICE
70 -- ExFIRS Project Lease Upgrade - Statement of Work - GEL(CLINs)
- Notice Date
- 3/6/2009
- Notice Type
- Special Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- 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-EXE08
- Archive Date
- 3/27/2009
- 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
- GEL(CLINs) SOW This is a sole source 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-EXE08, Provisions and clauses in effect through FAC 2005-30 are incorporated into this RFQ. The Internal Revenue Service (IRS) intends to issue a sole source purchase order to Government for the ExFIRS Project; this is an EMC lease upgrade to the existing storage array. This award is to maintain the integrity of the existing lease. See the attached statement of work and spreadsheet for the hardware, software and maintenance tasks. The ExFIRS project requires roughly 1.6TB of additional storage to be added to an existing EMC storage array already deployed in the IRS Tier 2 Storage Area Network. Any solution must be fully compatible with ExFIRS server hardware and the existing EMC storage array (DMX0523). The existing IRS Tier II 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 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 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. The government intends to award a firm fixed price order to GAI. All questions must be submitted by email to Craig.M.James@irs.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cfd200a63646f77f706078b1cf4b265b&tab=core&_cview=1)
- Place of Performance
- Address: Martinsburg Computing Center M22, 250 Murall Drive, Kearneysville, West Virginia, 25430, United States
- Zip Code: 25430
- Zip Code: 25430
- Record
- SN01763622-W 20090308/090306220958-cfd200a63646f77f706078b1cf4b265b (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 |