SOLICITATION NOTICE
70 -- Storage Area Network (SAN) fiber switch architecture consisting of four B5300 departmental switches
- 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-RP65-11WA48141
- 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
- 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-RP65-11WA48141 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 a new storage area network (SAN) fiber switch architecture consisting of four B5300 departmental switches - each with (56) 8GB ports to replace existing end-of-life equipment. The replacement switches shall work seamlessly with existing SAN, switch components, and software within the Corporate Service Office. To be considered for possible purchase order award, offerors must be registered in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). T he 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. 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 a new storage area network (SAN) fiber switch architecture consisting of four B5300 departmental switches - each with (56) 8GB ports to replace existing end-of-life equipment. The replacement switches shall work seamlessly with existing SAN, switch components, and software within the Corporate Service Office. 3. The rationale or circumstances for limiting competition. The SAN environment at CSO includes two EMC CX-700 units with Navisphere Manager, PowerPath, SnapView, and ControlCenter management software; 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. Existing SAN equipment supports SAN Copy software, which is the long-range site-to-site copy capability that is required in future business continuity and system component sharing, which is critical to new development architectures. It also supports RecoverPoint SE, which provides additional data replication capabilities. The new SAN switches must be fully compatible with all of these products. The Intrepid 6140 EB140-M is no longer available but is fully compatible with the Western's IT SAN Architecture specifically the two Intrepid 6140 EB140-M directors and the Connectix software as identified above. This equipment can be obtained from a number of different vendors, but this justification is for procurement of the specific EMC B5300 (56) 8GB port switches for al total of 112 active ports per Fabric zone A and zone B. As this is a brand name justification, no one contractor's unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet Western's requirements as a key component of Western's storage environment. Because of the cost of the management software, cost of the unit hardware, and cost to retrain technical staff on new products, streamlining this competition to a specific make is considered to be in the best interests of the government from both a cost and time-management perspective. Western has selected the EMC SAN and product suite, because these most closely met the needs of Western's processing redundancy, and management requirements. The requested hardware will be deployed within a Western facility which already has an established environment consisting of EMC. Past performance of EMC equipment at Western should be considered a factor in the continued standardization of EMC within Western. The continued use of EMC hardware eliminates the need to manage multiple vendors' yearly support and maintenance agreements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1e0f8a0450b13d55300caad0fad0ba8)
- Place of Performance
- Address: 12155 W. Alameda Parkway, Lakewood, Colorado, 80228, United States
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN02525765-W 20110810/110808235516-f1e0f8a0450b13d55300caad0fad0ba8 (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 |