Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

70 -- EMC Premium Hardware and Software Maintenance - Statement of Work

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-RP65-11WA48205
 
Archive Date
8/31/2011
 
Point of Contact
Derek C. Reed, Phone: 7209627158
 
E-Mail Address
dreed@wapa.gov
(dreed@wapa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (Western Area Power Administration Specific) Statement of Work (Western Area Power Administration Specific) This is a combined synopsis/solicitation for commercial products and/or services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 13 as supplemented with additional information in this notice. This notice constitutes the only solicitation; offers are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED separate from this announcement. Solicitation DE-RP65-11WA48205 IS ISSUED as a Request for Quote (RFQ). You may submit your quote on company letter head or on a Standard Form 1449. This solicitation is full and open. The North American Industry Classification System Code (NAICS) is 423430, and the Size Standard is 100 Employees. A firm fixed price purchase order will be awarded using Simplified Acquisition Procedures. Western Area Power Administration, Corporate Services Office located at 12155 W. Alameda Parkway, Lakewood, Colorado 80228-2802 is accepting quotes from qualified and eligible vendors capable of providing EMC Premium Hardware and Software Support/Maintenance covering all EMC Hardware and Software products and services within the Corporate Service Office. Premium support includes EMC remote monitoring solutions, warranty services (such as labor/parts replacement), and software patches/bug fixes/upgrades. Please see attached Statement of Work for Serial and Model Numbers as well as the Model Description. To be considered for possible purchase order award, offerors must be registered in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). The following clauses and provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). Please submit proposals to: Western Area Power Administration ATTN: Derek Reed, A7100 12155 W. Alameda Pkwy. Lakewood, CO 80228-2802 52.212-2, Evaluation -- Commercial Items (Jan 2009). The Government intends to award to the responsible contractor whose quotation conforms to the requirements of this announcement, and offers the overall lowest price to the Government. 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2011). * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011). The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. WES-H-1054 Compliance with Internet IPV6 Protocol (WAPA, DEC 2005) a. This contract involves the acquisition of Information Technology (IT) that uses Internet Protocol (IP) technology. The contractor agrees that: (1) all deliverables that involve IT that uses IP (products, services, software, etc.) will comply with IPv6 standards and interoperate with both IPv6 and IPv4 systems and products; and (2) it has IPv6 technical support for development and implementation and fielded product management available. b. If the contractor plans to offer a deliverable that involves IT that is not initially compliant, the contractor agrees to: (1) obtain the Contracting Officers approval before starting work on the deliverable; (2) provide a migration path and firm commitment to upgrade to IPv6 for all application and product features by June 2008; and (3) have IPv6 technical support for development and implementation and fielded product management available. c. Should the contractor find that the statement of work or specifications of this contract do not conform to the IPv6 standard, it must notify the Contracting Officer of such nonconformance and act in accordance with instructions of the Contracting Officer. Questions will be submitted to Derek Reed at dreed@wapa.gov. Written offers and the above required information are due 16 August 2011 by 2 p.m. MST. Please send responses by mail to above address or electronically to Derek Reed, Contract Specialist, e-mail address: dreed@wapa.gov. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a proposal, which may be considered by the agency. Brand Name Justification Western Area Power Administration 1. Identification of the Program Office. ( Requestor) Western Area Power Administration Corporate Services Office, Office of the Chief Information Officer (A2100) Lakewood, Colorado 80228-2802 2. Description of supply or service required to meet the agency's needs. Western Area Power Administration's Corporate Services Office (CSO) requires EMC Premium Hardware and Software Support/Maintenance covering all EMC Hardware and Software products and services within the Corporate Service Office. Premium support includes EMC remote monitoring solutions, warranty services (such as labor/parts replacement), and software patches/bug fixes/upgrades. 3. The rationale or circumstances for limiting competition. The SAN environment to be maintained at CSO includes one EMC CX-700 unit with Navisphere Manager, PowerPath, SnapView, and ControlCenter management software which will be covered under End-of-Service-Life Extension Uplifted Maintenance (PoP 11/01/2011 through 04/30/2012). Also included in the Premium Hardware and Software Support/Maintenance contract is one EMC CX4-240 unit with Unisphere Manager, PowerPath, SnapView, SAN Copy, FAST Suite, and ControlCenter management software; a procured VNX-5300 unit with Unisphere Manager, PowerPath, SnapView, SAN Copy, FAST Suite, and ControlCenter management software; and two Intrepid 6140 EB140-M directors with Connectrix management tools. PowerPath software provides fail-over and load balancing. Navisphere/Unisphere Manager and ControlCenter provide management, monitoring, and reporting capabilities. Connectrix provides fiber host to SAN zoning, reporting, and management tools. All above EMC Hardware and Software will be covered under PoP 11/01/2011 through 10/31/2012. The CSO location uses EMC's Storage Area Network (SAN) hardware and software for SAN infrastructure needs, file archiving solution, capacity management, performance monitoring, and for proactive health maintenance/monitoring. EMC's hardware, software, support, patches, updates, and proactive health maintenance/monitoring are proprietary. Therefore, it is a requirement that support be provided by EMC to ensure access to the most current resources, knowledge, and technology as well as hardware/warranty replacement and software updates. If CSO were unable to have access to EMC's 24 X 7 monitoring/support it is possible that all or part of CSO's SAN infrastructure would experience critical failure which would seriously impact applications hosted at CSO such as MAXIMO, BIDSS, web services, email services, and application services. Past performance of EMC support at Western should be considered a factor in the continued use EMC Premium Hardware and Software support for EMC products within Western. The continued use of EMC hardware eliminates the need to manage multiple vendors' yearly support and maintenance agreements. Replacing EMC's support would require the procurement of replacement of CSO's SAN infrastructure. The cost to the Government in dollars, in interruption of operations, in technical staff retaining, and to maintain parts and expertise in support of multi-platform computing environments of hardware and software would be cost prohibitive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6e07710b59e2dec097604299bfe69c84)
 
Record
SN02525519-W 20110810/110808235255-6e07710b59e2dec097604299bfe69c84 (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.