Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

70 -- Enterprise Server

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453210 — Office Supplies and Stationery Stores
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
NSP100018594
 
Archive Date
7/13/2010
 
Point of Contact
Roxana C. Nichols, Phone: 7037675766, Carla May, Phone: 703-767-7874
 
E-Mail Address
roxana.nichols@dtra.mil, carla.may@dtra.mil
(roxana.nichols@dtra.mil, carla.may@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The Defense Threat Reduction Agency's (DTRA) intent is to award a firm-fixed price type contract and is soliciting for an Enterprise level storage/computing system to include delivery, initial set-up, training, licensing and maintenance (warranty) for the DIAMONDS Program: Option 1 will consist of procuring the complete Enterprise Server (comprised of 3 ea Enterprise Servers, 2 ea SAN Switches, 2 ea Other Switches and 4 ea Enterprise SANs, and items listed below. Option 2 will consist of procuring ONLY the Primary (comprised of 2 ea Enterprise Servers, 1 ea SAN Switches, 1 ea Other Switches and 2 ea Enterprise SANs, and items listed below. Option 3 will consist of procuring ONLY the Back-up server (comprised of 1 ea Enterprise Servers, 1 ea SAN Switches, 1 ea Other Switches and 2 ea Enterprise SANs, and items listed below. Requirements associated with this procurement are: Enterprise Server(s) must: Be 100 percent SPARC/Solaris binary compatible Utilize the Oracle Solaris 10 operating system Incorporate memory error- correcting code (ECC) Be 2 each 4 Gb Fiber Channel HBAs with LC connectors Be 4 count 1Gb RJ45 to support CAT5e network interfaces Include all GBIC adapters for Interface connections SAN Switch (es) must: Be 4GB throughput SAN fiber channel supported Be a minimum 32 connections with GBIC adapter interfaces. Have 16 connections enabled (i.e. pay-as-you-grow)Be LC connectors Other Switch (es) must: Be 1 GB throughput supported Be a minimum of 48 connections Be RJ45 to support CAT5e Enterprise SAN(s) must: Be able to replicate storage from one SAN to another Have at least 40 TB of raw storage Have 3 x 18 Gb Write Flash Accelerators Have 2 each 4Gb Fiber Channel with LC connectors Include all GBIC adapters for Interface connections General: Seeking a solution that will increase the bandwidth to storage by 4x, and storage capacity by 10x. All like components must be configured exactly the same. All equipment must be able to be installed into a SUN Rack Must include required LC and CAT5e connections based on Option and switch max connection count (i.e. Option 1: 96 ea CAT5e and 128 LC connections) All cabling must be red in color All cabling will be ≈ 2 meters in length Must include delivery, set-up and initial training Must include software/hardware support, licenses and maintenance (warranty) for initial year services and four option years All single pieces of equipment exceeding $5,000.00 must be Item Unique Identification (IUID) tagged Best Value will be used to evaluate submitted quotes using the following criteria: 1. Technical 2. Price/Cost Past Performance This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is NSP100018594. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-07. The applicable NAICS Code for this requirement is 453210 with a size standard of 500 employees. FOB Destination: Defense Threat Reduction Agency, ATTN: 6200 Mead Road, Fort Belvoir, Virginia 22060-5264. Inspection and Acceptance at Destination. The required delivery date is no later than 30 days from date of award. The following provisions apply to this solicitation, 52-212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 52-212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: 52.204-7 Central Contractor Registration, Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-3 Convict Labor, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33 Payment of EFT-CCR; 52.247-34, F.O.B. Destination. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses apply 252.204-7004 Required Central Contractor Registration. The following DFAR provisions are incorporated by reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7035 Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate. The following DFAR clauses cited in this clause are applicable to this acquisition: 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207), 252.225-7036 Buy American Act - Free Trade Agreement-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea and 252.247-7022 Notification of Transportation of Supplies by Sea.252.211-7003 Item Identification and Valuation. Quotes/Offers are due no later than July 12, 2010, 12 Noon Eastern Standard Time. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete all representations and certifications found in the required clauses, vendor must be registered in the DoD Central Contractor Registration database ( http://www.ccr.gov ). Any questions should be submitted in writing via fax number 703-767-4642 or emailed to roxana.nichols@dtra.mil. No contract will be awarded under this procurement at greater than fair and reasonable prices. The full text version of any clause or provision may be found on http://farsite.hill.af.mil/vffara.htm (FAR) or http://farsite.hill.af.mil/VFDFARs.htm (DFAR). No bidders list will be maintained by this office. No paper copies of this RFQ/amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer noncompliant and result in rejection of the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/NSP100018594/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02195030-W 20100703/100702000033-10d253dc7d9e652edc1782febff36b10 (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.