SOLICITATION NOTICE
D -- Storage Array Maintenance Renewal
- Notice Date
- 6/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL131RP21730
- Archive Date
- 6/29/2013
- Point of Contact
- Keith L. Rhodia, , Crystal N Zorich,
- E-Mail Address
-
rhodia.keith.l@dol.gov, zorich.crystal.n@dol.gov
(rhodia.keith.l@dol.gov, zorich.crystal.n@dol.gov)
- Small Business Set-Aside
- HUBZone
- Description
- RFP: DOL131RP21730 This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6 and (FAR) subpart 13.5 as supplemented with additional information included with this notice. This announcement only constitutes the solicitation and a written solicitation will not be issued. Firm fixed-price offers are requested under this Request for Quote (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66. This requirement is unrestricted in competition. The Product Service Code is D399, and the NAICS code is 541513. REQUIREMENT: The United States Department of Labor, Office of Employment and Training Administration, Office of Job Corps is seeking a contractor to provide Storage Array Maintenance Renewal OR EQUAL. This requirement is subject to FAR Clause 52.232-18 "Availability of Funds (APR 1984)" Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. BACKGROUND Job Corps is the preeminent government funded academic and vocational training program for at risk youth between the ages of 16 and 24 operated by the Department of Labor. The Job Corps operates 128 Job Corps campuses located throughout the contiguous United States in addition to Alaska, Hawaii and Puerto Rico. The mission of these Centers is to provide no-cost education and vocational training programs to help young people with the necessary academic and vocational skills to secure long term employment and foster career growth. The Job Corps Data Center (JCDC) located in Austin, TX is responsible for the design, deployment and maintenance of the Job Corps Local Area Networks (LANs) and Wide Area Network (WAN). The JCDC is also responsible for the deployment of new technologies to all Job Corps Centers. This Statement of Work details the requirement for a maintenance renewal contract for Hewlett Packard EVA 5000, EVA 6000, and EVA 8000 storage arrays located at the Job Corps Data Center in Austin, TX and backup site. Period of performance: 12 Months Scope: The vendor shall provide annual maintenance for the Storage Arrays as specified below: Table 1 Part Num HW/SW Description Serial Num. Qty EVA5K A7367A HW EVA 2C6D 60Hz Proactive Service Solution USE020413R 1 293556-B23 HW FC HDD INT 146G CTO 10K Fact ALL 168 189715-003 HW SANWORKS MGMT APPLIANCE USM0350056 1 197819-B21 HW IBM FC ADPT PCI SWTCH ALL GL30905450 1 197819-B21 HW IBM FC ADPT PCI SWTCH ALL GL30905533 1 A7558A HW HP MDS 9216A Multi Layer Fabric Switch USJ940N356 1 A7558A HW HP MDS 9216A Multi Layer Fabric Switch USJ940N358 1 AD542A HW M5314A FC Drive Enclosure 6 300835-B21 HW 10Km LD Opti Tran ALL 63AA0AT144 2 300836-B21 HW 35Km ExtRch Opti Trankit ALL 63AB0AT130 1 300836-B21 HW 35Km ExtRch Opti Trankit ALL 63AB0AT126 1 A7465A HW HP MDS 9000 32-port 1/2Gbps FC Module USJ802N000 1 A7465A HW HP MDS 9000 32-port 1/2Gbps FC Module USJ802N00R 1 189715-003 HW SANWORKS MGMT APPLIANCE USM0350056 1 EVA6K 338042-B21 HW 42U EVA cab 60Hz ALL USE0545DE1 1 AD556A HW HP EVA6000 2C4D Array USE0545DE2 1 293556-B23 HW FC HDD INT 146G CTO 10K Fact ALL 62 364437-B23 HW HDD INT, FC 250GB 1" Fact All 36 AD542A HW M5314A FC Drive Enclosure 4 EVA8K AD522B HW HP EVA8000 2C12D-A 60Hz 42U Cabinet USE07305C2 1 AG425A HW HP EVA 300GB 15K FC Add on HDD 168 A7558A HW HP MDS 9216A Multi Layer Fabric Switch 4 EVA5K A7367A HW EVA 2C6D 60Hz Proactive Service Solution USE04148SY 1 293556-B23 HW FC HDD INT 146G CTO 10K Fact ALL 168 189715-003 HW SANWORKS MGMT APPLIANCE 1 197819-B21 HW IBM FC ADPT PCI SWTCH ALL 1 197819-B21 HW IBM FC ADPT PCI SWTCH ALL 1 A7558A HW HP MDS 9216A Multi Layer Fabric Switch 1 A7558A HW HP MDS 9216A Multi Layer Fabric Switch 1 AD542A HW M5314A FC Drive Enclosure 6 300835-B21 HW 10Km LD Opti Tran ALL 2 300836-B21 HW 35Km ExtRch Opti Trankit ALL 1 300836-B21 HW 35Km ExtRch Opti Trankit ALL 1 A7465A HW HP MDS 9000 32-port 1/2Gbps FC Module 1 A7465A HW HP MDS 9000 32-port 1/2Gbps FC Module 1 189715-003 HW SANWORKS MGMT APPLIANCE 1 HW EVA6K & 8K 338042-B21 HW 42U EVA cab 60Hz ALL USE0545DJ9 1 AD556A HW HP EVA6000 2C4D Array 1 293556-B23 HW FC HDD INT 146G CTO 10K Fact ALL 62 364437-B23 HW HDD INT, FC 250GB 1" Fact All 36 AD542A HW M5314A FC Drive Enclosure 4 HW EVA8K AD522B HW HP EVA8000 2C12D-A 60Hz 42U Cabinet USE07305C0 1 AG425A HW HP EVA 300GB 15K FC Add on HDD 168 A7558A HW HP MDS 9216A Multi Layer Fabric Switch 4 EVA5K 231312-B24 SW SP IBM 5 LTU/CD V2.0D all USE020413R 1 T3640A SW HP Business Copy EVA5000 Unlimited LTU 1 T3732B SW HP CV EVA 5000/8000 Unlimited Lic 1 SW EVA6K AD556A SW EVA 6000 2C4D Array USE0545DE2 1 T3732B SW HP CV EVA 5000/8000 Unlimited Lic 1 SW EVA8K AD522B SW HP EVA8000 2C12D-A 60Hz 42U Cabinet USE07305C2 1 T3732B SW HP CV EVA 5000/8000 Unlimited Lic 1 SW EVA5K 231312-B24 SW SP IBM 5 LTU/CD V2.0D all USE04148SY 1 T3640A SW HP Business Copy EVA5000 Unlimited LTU 1 T3732B SW HP CV EVA 5000/8000 Unlimited Lic 1 SW EVA6K AD556A SW EVA 6000 2C4D Array USE0545DJ9 1 T3732B SW HP CV EVA 5000/8000 Unlimited Lic 1 SW EVA8K AD522B SW HP EVA8000 2C12D-A 60Hz 42U Cabinet USE07305C0 1 T3732B SW HP CV EVA 5000/8000 Unlimited Lic 1 OR EQUAL TOTAL PRICE: $_______________________________ The maintenance package (includes hardware and software) will grant Job Corps access to technical support 24x7, product use rights and product upgrade rights. The maintenance renewal will provide a 4 hour onsite response for hardware support with a "stay until fixed" support commitment strategy. The maintenance renewal will provide service 24x7x365. The maintenance renewal will provide for 100% local parts stocking including full product level replacement and redundant component level stocking. The maintenance renewal will include the proper disposal of defective hardware; all disks shall be purged of all data before being returned to the contractor facility. JCDC technical staff will evaluate the part to be disposed to determine if additional action is required by the JCDC to remove data that may remain resident on the part. JCDC will de-gausse any hard drives, memory or other media that may retain data before the component leaves the JCDC. The maintenance renewal will include Proactive Support Services to include: Event Monitoring (EMS System monitoring & preventative call dispatch via a central operations center), online system configuration information (ioscans, contracts, call logs) and preventative maintenance services performed every six months (visual inspections, cleaning of fans, filters, etc) Product Support Protection for Job Corps EVA 5000 and EVA 6000 must be provided for a minimum of seven years. Product upgrade rights include the ability to upgrade to the latest version of software released during the maintenance agreement, including patches and bug fixes. All travel associated with the services shall be included in the final price.   Place of Performance Services associated with the system support contract will be performed at the following locations; Job Corps Data Center 1627 Woodland Ave Austin, TX 78748 Ph. 888-886-1303 Special Conditions The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows http://csrc.nist.gov/itsec/guidance_WinXP.htmlWindows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges." All systems provided under this Statement of Work must be capable of supporting IPv4 and IPv6 protocols. All desktops, laptops, and computer monitors provided under this contract are required to have achieved Bronze registration or higher under the Electronic Products Environmental Assessment Tool (EPEAT). EPEAT is a procurement tool designed to help large volume purchasers evaluate, compare, and select desktop computers, laptops, and monitors based upon their environmental attributes as specified in the consensus-based IEEE Standard for the Environmental Assessment of Personal Computer Products (1680). Additional consideration will be provided for products that have achieved EPEAT Silver or EPEAT Gold registration. The registration criteria and a list of all registered equipment are provided at http://www.epeat.net. Delivery Schedule The vendor shall coordinate all deliveries with the JCDC technical staff. All deliveries must be 100% complete - no partial shipments will be accepted. Shipping Cost shall be included in the final quote. The following provisions and clauses apply to this procurement: FAR 52.204-7 - CCR, FAR 52.204-09 - Personal Identity Verification of Contractor Personnel, FAR 52.212-1 - Instructions to Offerors, 52.212-2 - Evaluation of Commercial Items, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items, FAR 52.219-1 (Alt I) - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim,, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses FAR 52.212-01 - Instructions to Offerors Quotes shall be submitted in writing on company letterhead and must include the RFQ number (DOL131RP21730), the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Any questions regarding the RFQ must be submitted no later than 11 June 2013, 3pm EST to RHODIA.KEITH.L@DOL.GOV. All quotes shall be received no later than 14 June 2013, 3pm EST by E-mail to the attention of Mr. Keith L. Rhodia. RHODIA.KEITH.L@DOL.GOV. All responsible vendors may submit a quote that, if timely received, shall be considered for award. Quotes shall not exceed 5MB is size. PROPOSALS WILL BE EVALUATED IN ACCORDANCE WITH FAR 13.106-2 Selection of a contract award will be based on an evaluation of proposals against the following factors: TECHNICAL EVALUATION: The contractor shall demonstrate a clear understanding of the requirement. PRICE: Please provide LUMP SUM or one TOTAL PRICE as part of the proposal for all work being accomplished. Offerors shall not submit itemized pricing as part of their bid. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. PAST PERFORMANCE: Government databases to include FAPIIS, PIPPRS, and CPARS will be searched. BASIS FOR AWARD: Contract award will be made to the responsive vendor whose quote is the lowest price technically acceptable (LPTA). This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their proposal will not be evaluated. IAW FAR 52.212-3, Offeror Reps and Certs - An Offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL131RP21730/listing.html)
- Place of Performance
- Address: Job Corps Data Center, 1627 Woodland Ave, Austin, Texas, 78748, United States
- Zip Code: 78748
- Zip Code: 78748
- Record
- SN03083882-W 20130609/130608000224-13725416fe38aa56632991dcd54d4b55 (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 |