Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

99 -- CATALOGIC DPX BACKUP SOFTWARE SERVICES - BRAND NAME J&A

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information 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
DOL-15OCIOCIONAT-0435
 
Archive Date
10/3/2015
 
Point of Contact
Lesa Llewellyn Austin, Phone: 2026937986
 
E-Mail Address
austin.lesa.l@dol.gov
(austin.lesa.l@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
BRAND NAME J&A COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-15OCIOCIONAT-0435. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84 (IV) This acquisition is unrestricted. The associated NAICS code is 519190. The small business size standard is $27.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: 01. DPX NAS/NDMP Protection, 150 Each. 02. Silver Level (7X24X365) 21% of product license list price per year, 1 Each. 03. DPX NAS/NDMP Protection, 300 Each. 04. Silver Level (7X24X365) 21% of product license list price per year, 1 Each. Delivery shall be within 15 days from the date of award. Period of Performance shall be 12 months from date of Delivery. (VI) Description of requirements is as follows: A. Background Information This OCIO procurement serves to acquire hardware and software components needed to build the infrastructure required to support the "Fair Pay and Safe Workplaces" and Office of Unemployment Insurance's (OUI) Weekly Release systems that are currently being developed in-house by the Department. In addition, this procurement will also acquire hardware and software needed to expand the Department's Business Continuity capabilities by enabling and expanding Disaster Recovery functionalities between OCIO's primary Silver Spring Data Center (SSDC) and the backup site in St. Louis, Missouri (STL). These Disaster Recovery capabilities will be engineered to support the "Fair Pay and Safe Workplaces" and Office of Unemployment Insurance's Weekly Release Publishing projects, as well as the existing, mission critical business systems and services deployed at the SSDC and STL sites. The primary objective of the "Fair Pay and Safe Workplaces" system is to aggregate and efficiently share employer Labor Law violation data collected by DOL's mission enforcement agencies; while the purpose of the OUI Weekly Release system is to ensure the timely, consistent and secure release of the unemployment insurance weekly claims data. B. Technical Objectives The primary objectives of this effort are to acquire new hardware and software to accommodate the "Fair Pay and Safe Workplaces" and Office of Unemployment Insurance's Weekly Release Publishing systems and to enable and expand the Disaster Recovery functionalities between OCIO's primary Silver Spring Data Center (SSDC) and the backup site in St. Louis, Missouri (STL). All selected compute, software and networking components are able to integrate into the existing Common Operating Environment installed and operational at the Silver Spring Data Center (SSDC), located in Silver Spring, MD. The hardware and software will enable and/or support enhanced data storage; security; high availability; fail over assurance for the "Fair Pay and Safe Workplaces" and Office of Unemployment Insurance's (OUI) Weekly Release systems and support disaster recovery capability between the SSDC and STL sites. Specifically this Statement of Work refers to the procurement of additional licenses for the Enterprise Backup solution (Catelogic DPX software) currently installed at the Silver Spring and St. Louis data centers. This software and associated hardware is used to preform backups for all systems and storage located at these facilities. These additional licenses are required to support the additional systems and storage systems being installed to support the applications. The additional licensing will fully support the additional storage and anticipated load for these mission critical applications. Detailed list of required materials attached Catelogic Bill Of Materials. SERVICES TO BE PERFORMED A. General Requirements The vendor shall independently perform all work and furnish all labor, materials, supplies, equipment, and services (except as otherwise specified in the contract). The provider of information technology shall certify, by submitting a proposal to this acquisition, that: All components and applications are fully functional and operate correctly as intended on systems, and meet federal network and security requirements and guidelines. All components and applications are in new condition and authorized by the original manufacturer, covered under the manufacturer's warranties, and entitled to any included support and maintenance agreements. B. Specific Requirements The vendor shall provide the items as listed: Part # Description Quantity 450TB Catalogic NDMP Licenses with 13 Months of Support to end 7/30/16 7060 DPX NAS/NDMP Protection 150 9902 Silver Level (7x24x365) - 21% of product license list price per year 1 7060 DPX NAS/NDMP Protection 300 9902 Silver Level (7x24x365) - 21% of product license list price per year 1 C. Delivery a. Delivery of all items shall be to TBD TBD Prosperity Drive Silver Spring, Maryland 20904 b. Delivery Point of Contact TBD c. Delivery Instructions Delivery will need to be scheduled is advance through the Delivery Point of Contact. Basically, ByteGrid Security requires the following information: delivery date, tracking number, carrier (FedEx, UPS, etc.)." (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C 632(a)(2)). 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (JUN 2014) (E.O. 13423). The following additional FAR clauses are applicable to this acquisition: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (APR 2015) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 8:00 A.M. ET on 18 SEP 2015. All offers must be e-mailed to the attention of Lesa L. Austin, E-mail: Austin.Lesa.L@DOL.GOV (XVI) Any questions regarding this solicitation should be directed to Lesa L. Austin at E-mail: Austin.Lesa.L@DOL.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-15OCIOCIONAT-0435/listing.html)
 
Place of Performance
Address: 200 CONSTITUTION AVE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03879981-W 20150912/150910235956-41cd6f042ec311d5672f7ad57ca3edab (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.