Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2016 FBO #5462
SOLICITATION NOTICE

D -- Backup Tape Secure Pickup and Storage - Capability Statement

Notice Date
11/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
NNX17607291Q
 
Archive Date
11/23/2016
 
Point of Contact
Gary W. Walker, Phone: 2288136790, Tanya R. Burnett, Phone: 2288136284
 
E-Mail Address
gary.w.walker@nasa.gov, tanya.r.burnett@nasa.gov
(gary.w.walker@nasa.gov, tanya.r.burnett@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Capability Statement Synopsis: NASA/NSSC has a requirement for Data Protection and Recovery Services to include Backup Tape Vaulting and Transportation Services. NASA/NSSC will be the procuring center for this effort. Performance will be located at NASA/ Langley Research Center (LARC). NASA/NSSC intends to issue a sole source contract to Iron Mountain Information Management LLC, One Federal Street, Boston, MA 02110-2012, under the authority of FAR 13.106-1(b)(1)(i). It has been determined that Iron Mountain Information Management LLC is the sole provider of Data Protection and Recovery Services to include Backup Tape Vaulting and Transportation Services (Langley consolidation of all Center requirements). For Continuity of Operations and to protect NASA data, it is imperative that the Center employ a strategy for data protection and recovery services including a climate controlled environment, National Archives and Records Administration (NARA) compliant storage, general warehousing and storage, libraries and archives, custom computer facilities records storage, and, physical distribution and logistics consulting services which provide a comprehensive solution for transporting, storing, managing and retrieving our backup media from a secure, offsite facility. Protocols must include protection of media while in transit and at rest and provide a streamlined process for identifying, restoring and delivering the information contained on a specific tape. Storage vaults must be highly protected facilities that offer increased protection from high flood, earthquake, or disaster risk but also accessible to major commercial centers and hot sites, making the data available 24/7/365. A secure web interface is required to offer the visibility to manage our data online and quickly locate a specific tape when needed - whenever, wherever.When the backup media moves to and from a facility, a software solution scans tapes at key transition points, providing a verifiable chain-of-custody and audit trail. This notice 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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-90. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. The NAICS Code for this procurement is 518210 Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:00 p.m. Central Standard Time on November 9, 2016. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00a1a752c5f575d861f37f81a265d418)
 
Place of Performance
Address: NASA/Langley Research Center, Hampton, Virginia, 23681-2199, United States
Zip Code: 23681-2199
 
Record
SN04321286-W 20161106/161104234316-00a1a752c5f575d861f37f81a265d418 (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.