Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOURCES SOUGHT

D -- BDN Atos Virtual Tape System (VTS) Technical Refresh (VA-20-00071049)

Notice Date
8/10/2020 10:28:56 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B20Q0527
 
Response Due
8/12/2020 1:00:00 PM
 
Archive Date
08/26/2020
 
Point of Contact
dawn.eimont@va.gov, Contract Specialist, Phone: 732-440-9638
 
E-Mail Address
dawn.eimont@va.gov
(dawn.eimont@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs (VA), Technology Acquisition Center (TAC), is seeking information concerning the availability of capable contractors to replace the Atos virtual tape hardware and software that are connected to VA s Benefits Delivery Network (BDN) Atos NovaScale 9000 mainframes at the Hines Information Technology Center (HITC) and its disaster recovery (DR) site at the Philadelphia Information Technology Center (PITC) with refreshed technology that is fully supported by the vendor. The scope of the acquisition includes brand name Atos hardware, software, technical support, and professional services associated with the installation and configuration of the newly acquired products and secure migration of settings and media from the soon to be obsolete Virtual Tape System (VTS) hardware/software currently in use at HITC and PITC. The Hines BDN Payment System is comprised of International Business Machines (IBM) mainframe and Atos mainframe systems which process legacy Veterans Benefits Administration (VBA) information technology applications supporting the Compensation and Pension, Education, and Vocational Rehabilitation for the nation s Veterans and dependents. Refreshed technology is required for the Atos products which are essential for complete system utilization to provide the BDN Payment System functionality. The BDN provides approximately $36 billion dollars annually to Veterans and is a VA mission critical legacy system. The BDN system uses ATOS VTS hardware and software to support batch production processing, all system backups, permanent safekeeping of payment information to support fraud detection, and is an essential part of its DR strategy. Due to technology obsolescence of the current VTS (Atos Virtuo NV Model 825 and V10 Virtuo software), where End of Support status was reached, a technical refresh is required to move to a current, supported Atos Virtuo product.. The existing VTS technology was implemented in 2016 and reached end of life/support status in May 2020. The refreshed technology will include Atos/ upgraded Virtuo S hardware, which runs current Virtuo Software Release 12, with the underlying PowerPC processors running AIX 7.2. The Tape Libraries within the VTS will be replaced by as part of this procurement, which will also advance the underlying cartridge tape technology from LTO6 to LTO8. The period of performance for this action is 12 months two (2) 12-month Option Periods. This is a request for information only. Do not submit a proposal or quote. There is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. If interested, please provide the following: 1. A capabilities statement 15 page limit) by August 12, 2020 at 4PM EST. Submit to dawn.eimont@va.gov and debra.clayton2@va.gov. If additional information is required by VA to determine a contractor s capability to provide the full requirement and the economic feasibility of the information provided, additional information, to include a possible vendor demonstration, may be requested later. Do not provide any proprietary information, as any contractor questions and corresponding Government answers will be made available to all interested parties. Please note questions may not be directly answered at this time but may be addressed in any future correspondence. A draft version of the requirement is below. 2. Any Contract Vehicle of which you are a part that can be used to acquire your solution as well as the company business size and status for each vehicle as designated by the NAICS 541519 and the U.S. Small Business Administration (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.) PRODUCT DESCRIPTION PRODUCT REQUIREMENTS The Contractor shall implement a Virtual Tape Software and Hardware Technology refresh to replace the current Virtuo NV Series Model P825 Virtual Tape Systems (VTS) and Virtuo 10 Virtual Tape Application Software now supporting the Bull Nova Scale 544 system at the Hines Information Technology Center (HITC) and Nova Scale 542 system at the Philadelphia Information Technology Center (PITC). The Contractor shall provide a Bi-Weekly Activity Report. This report shall cover all work completed during the reporting period and work planned for the subsequent reporting period.  The report shall also identify any problems that arose and a description of how the problems were resolved.  If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The Contractor shall install all refreshed hardware and software components in accordance with this PD. The Contractor shall provide a Benefits Delivery Network (BDN) VTS Migration Strategy Report. This report shall document and implement a strategy to migrate all Linear Tape Open (LTO) - 6 media from the current VTS cartridge tape libraries to LTO-8 media in the replacement VTS cartridge tape libraries. The strategy must adhere to the following objectives: Minimized disruption to regular BDN production, which normally runs between Sunday evenings and Saturday mornings. PITC must remain capable of Disaster Recovery (DR) to at least the immediately prior (Saturday) HITC DR saves within 72 hours of a Disaster event during the period of the Technical Refresh. The Contractor shall provide a Optimized Advanced Disaster Recovery (OADR) Redeployment Report that shall document plans to establish the synchronization between the Refreshed VTS units at HITC and PITC using the OADR capability that is at a minimum equivalent to the VA s current level of OADR synchronization. The Contractor shall modify the GCOS 8 Operating System and Tape Management System (TMS) at both HITC and PITC to interface to the refreshed VTS libraries and demonstrate that the current DR capability is maintained and document any required modifications to the existing DR procedures or certify that no changes are required. The Contractor shall support a Disaster Recovery exercise using the existing or updated (if applicable) DR procedures that demonstrates that the VA s DR capability has been, at a minimum, maintained at its current level using the Refreshed VTS hardware and Software. Period of Performance (PoP): Twelve (12) months for the Base Period from date of award with two (2) 12-month Option Periods. Each Tasks under this PD shall be performed in VA facilities located in Hines, Illinois and Philadelphia, Pennsylvania. Parts of some tasks under this PD may be performed at Contractor facilities. The Contractor proposal should identify the performance location of the subtasks that are part of the various tasks. The Government anticipates travel under this effort to perform parts of the tasks associated with the effort, as well as to attend program-related meetings or conferences throughout the period of performance.  Include all estimated travel costs in your firm-fixed price line items. These costs will not be directly reimbursed by the Government. The total estimated number of trips in support of the program related meetings for this effort is 3.  Anticipated locations include the following, estimated at three (3) days in duration: Hines Information Technology Center (HITC), Hines, Illinois Philadelphia Information Technology Center (PITC), Philadelphia, Pennsylvania The Contractor shall provide the below Brand Name Virtuo equipment for each VTS Unit indicated in Section 1.1: System Number & Location Item Description Part no. Quantity 1 (2 each at HITC & PITC)   Atos Virtuo v12 Hardware - Prod -BP Atos-NSQ2019-002A-Prod-BP 4 Each unit of Atos Virtuo v12 Hardware - Prod -BP includes the following items: Item Description Part no. Merlin Part no. Quantity 1 C13/C14 POWER CABLE 2.5M Atos NSQ2019 002A Prod BP CBLH018-1025 21 2 9XC13 PDU 24A US 1U Atos NSQ2019 002A Prod BP PDUH24A-9CUS 3 3 P. SUPPLY TYPE VOLTAGE,PLUG US Atos NSQ2019 002A Prod BP PSKU004-0001 1 4 R(at)CK N ROLL 1200 42U RACK W/ DOORS, NO PDU Atos NSQ2019 002A Prod BP RCKH410-1242 1 5 NAMEPLATE BULL FOR FRONT DOOR Atos NSQ2019 002A Prod BP RKAH457-BN00 1 6 REINFORCED PACKAGING FOR 1200 42U RACK Atos NSQ2019 002A Prod BP RKAH464-0000 1 7 VIRTUO NL SAS BASE+16,0TB (G350,DK6T,W/SPARE, W/SVP) Atos NSQ2019 002A Prod BP VMSCG35T6-BASE 1 8 VIRTUO 1 DATA REDUCTION FOR S120 Atos NSQ2019 002A Prod BP VMSDRS120-0001 1 9 VIRTUO CONSOLE, RACKMOUNT FORM Atos NSQ2019 002A Prod BP VMSSCSL-SK00 1 10 VIRTUO ENGINE PCI E GRAPHICS ACCELERATOR Atos NSQ2019 002A Prod BP VMSSGTFG-S100 1 11 VIRTUO, 1 ADDITIONAL 16GB FC DUAL HBA FOR HOST CNT Atos NSQ2019 002A Prod BP VMSSH02-S16G 2 12 VIRTUO 1 ADDITIONAL 16GBPS PCIE 2 PORT FC HBA Atos NSQ2019 002A Prod BP VMSSHBA02-S16G 3 13 PCIE2 FH 4 PORT UTP 1GB ETHERNET ADAPTER Atos NSQ2019 002A Prod BP DCCG207-FH2B 1 14 STOREWAY VIRTUO NV SERIES S120 ENGINE Atos NSQ2019 002A Prod BP VMSSNV-S120A 1 15 VIRTUO 1 SAN Gen6 16PORTS SFP 16G Atos NSQ2019 002A Prod BP VMSSANINT-G616 2 16 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M Atos NSQ2019 002A Prod BP FOCF007-M003 8 System Number & Location Item Description Part no. Quantity 2 (2 each at HITC & PITC)   Atos Virtuo v12 ILF Software - Prod -BP Atos-NSQ2019-002B-Prod-BP 4 Each unit of Atos Virtuo v12 Software - Prod -BP includes the following items: Item Description Part no. Merlin Part no. Quantity 17 VIRTUO RAID TYPES 5 Atos NSQ2019 002B Prod BP VMSCRAID5-INFO 1 18 VIRTUO NV SERIES & PNP MEDIA & DOCUMENTATION Atos NSQ2019 002B Prod BP VMSK000-10KT 1 19 VIRTUO LICENSE DISK CACHE TIER 1 Atos NSQ2019 002B Prod BP VMSKDIC-61DA 10 20 VIRTUO LICENSE DISK CACHE TIER 2 Atos NSQ2019 002B Prod BP VMSKDIC-61DB 6 21 VIRTUO LICENCE FOR 1 ADDITIONNAL LIBRARY Atos NSQ2019 002B Prod BP VMSKL01-NVBA 1 System Number & Location Item Description Part no. Quantity 3 (2 each at HITC & PITC)   Atos Tape Library Hardware - Prod -BP Atos-NSQ2019-002C-Prod-BP 4 Each unit of Atos Tape Library Hardware - Prod -BP includes the following items: Item Description Part no. Merlin Part no. Quantity 22 INFORMATIVE MI FOR MANUFACTURING OVERLAND Atos NSQ2019 002D Prod BP ATO-OVERLAND 1 23 RACK INTEGRATION KIT FOR LIBRARY Atos NSQ2019 002D Prod BP CTKF046-0000 1 24 NEOxl 80 6u/80 slot/2 drive/LTO8 Dual Port FC Atos NSQ2019 002D Prod BP OV-NEOxl82xDFC 1 25 NEO XL Series LTO8 dual port FC add on drive Atos NSQ2019 002D Prod BP OV-NEOxl8DFCAD 2 26 NEO factory rack mounting Atos NSQ2019 002D Prod BP NEOF076-FACT 1 27 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M Atos NSQ2019 002D Prod BP FOCF007-M003 5 28 LTO Universal Cleaning Cartridge PACK of 5 units Atos NSQ2019 002D Prod BP OV-LTOCLN05 1 29 LTO 8 Data Cartridges, 6TB/15TB, custom labeled PACK of 20 unit Atos NSQ2019 002D Prod BP OV-LTOBCL820 5 System Number & Location Item Description Part no. Quantity 4 (2 each at HITC & PITC)   CompuCom Virtuo v12 Hardware - Maint -BP CompuCom-NSQ2019-002A-Maint-BP 4 Each unit of CompuCom Virtuo v12 Hardware - Maint --BP includes the following items: Item Description Part no. Merlin Part no. Quantity 30 C13/C14 POWER CABLE 2.5M CompuCom NSQ2019 002A Maint BP CBLH018-1025 21 31 9XC13 PDU 24A US 1U CompuCom NSQ2019 002A Maint BP PDUH24A-9CUS 3 32 P. SUPPLY TYPE VOLTAGE,PLUG US CompuCom NSQ2019 002A Maint BP PSKU004-0001 1 33 R(at)CK N ROLL 1200 42U RACK W/ DOORS, NO PDU CompuCom NSQ2019 002A Maint BP RCKH410-1242 1 34 NAMEPLATE BULL FOR FRONT DOOR CompuCom NSQ2019 002A Maint BP RKAH457-BN00 1 35 REINFORCED PACKAGING FOR 1200 42U RACK CompuCom NSQ2019 002A Maint BP RKAH464-0000 1 36 VIRTUO NL SAS BASE+16,0TB (G350,DK6T,W/SPARE, W/SVP) CompuCom NSQ2019 002A Maint BP VMSCG35T6-BASE 1 37 VIRTUO 1 DATA REDUCTION FOR S120 CompuCom NSQ2019 002A Maint BP VMSDRS120-0001 1 38 VIRTUO CONSOLE, RACKMOUNT FORM CompuCom NSQ2019 002A Maint BP VMSSCSL-SK00 1 39 VIRTUO ENGINE PCI E GRAPHICS ACCELERATOR CompuCom NSQ2019 002A Maint BP VMSSGTFG-S100 1 40 VIRTUO, 1 ADDITIONAL 16GB FC DUAL HBA FOR HOST CNT CompuCom NSQ2019 002A Maint BP VMSSH02-S16G 2 41 VIRTUO 1 ADDITIONAL 16GBPS PCIE 2 PORT FC HBA CompuCom NSQ2019 002A Maint BP VMSSHBA02-S16G 3 42 PCIE2 FH 4 PORT UTP 1GB ETHERNET ADAPTER CompuCom NSQ2019 002A Maint BP DCCG207-FH2B 1 43 STOREWAY VIRTUO NV SERIES S120 ENGINE CompuCom NSQ2019 002A Maint BP VMSSNV-S120A 1 44 VIRTUO 1 SAN Gen6 16PORTS SFP 16G CompuCom NSQ2019 002A Maint BP VMSSANINT-G616 2 45 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M CompuCom NSQ2019 002A Maint BP FOCF007-M003 8 System Number & Location Item Description Part no. Quantity 5 (2 each at HITC & PITC)   CompuCom Tape Library Hardware - Maint -BP CompuCom-NSQ2019-002D-Maint-BP 1 Each unit of CompuCom Tape LIbrary Hardware - Maint --BP includes the following items: Item Description Part no. Merlin Part no. Quantity 46 INFORMATIVE MI FOR MANUFACTURING OVERLAND CompuCom NSQ2019 002C Maint BP ATO-OVERLAND 1 47 RACK INTEGRATION KIT FOR LIBRARY CompuCom NSQ2019 002C Maint BP CTKF046-0000 1 48 NEOxl 80 6u/80 slot/2 drive/LTO8 Dual Port FC CompuCom NSQ2019 002C Maint BP OV-NEOxl82xDFC 1 49 NEO XL Series LTO8 dual port FC add on drive CompuCom NSQ2019 002C Maint BP OV-NEOxl8DFCAD 2 50 NEO factory rack mounting CompuCom NSQ2019 002C Maint BP NEOF076-FACT 1 51 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M CompuCom NSQ2019 002C Maint BP FOCF007-M003 5 52 LTO Universal Cleaning Cartridge PACK of 5 units CompuCom NSQ2019 002C Maint BP OV-LTOCLN05 1 53 LTO 8 Data Cartridges, 6TB/15TB, custom labeled PACK of 20 units CompuCom NSQ2019 002C Maint BP OV-LTOBCL820 5 6 Atos Installation and Configuration Services - Instal -BP Atos-Vituo-instal-Instal-BP  See paragraph below for full description. 1 The Contractor shall deliver and install refreshed VTS hardware to replace each of the VA s current two (2) VTS units at HITC and PITC, with each including a Cartridge Tape Library that includes a minimum of four (4) drives per VTS unit that can read and write LTO-8 media. The Contractor shall develop and document a onetime process to read LTO-6 media containing virtual volumes from the current VTS Libraries and save the content to LTO-8 media in the refreshed VTS units Libraries. At the conclusion of the migration the Contractor shall also remove the old VTS units from the GCOS mainframe configuration and replace them with the refreshed VTS units, while all associated configuration and database information from the old VTS to the refreshed VTS units. The Contractor shall also uninstall the old VTS units from HITC and PITC following the completion of the data migration. The Contractor shall provide On the Job (OJT) training, as required, to familiarize the VA with any differences in operator or administrative interfaces introduced by the refreshed VTS technology. This OJT can be provided by a combination of in-person briefings at HITC or virtually, to up to 6 VA personnel or contractors. Following the successful VTS Technical Refresh at HITC and PITC the VA will re-establish its usage of the Optimized Advanced Disaster Recovery (OADR) feature of Virtuo software with secure, encrypted transmission of VTS volume updates from HITC to PITC to keep the contents of the HITC and PITC VTS units synchronized, with the Refreshed VTS units at PITC capable of restoring the PITC GCOS 8 systems to a valid recovery point when required. The Contractor shall provide On the Job (OJT) training as required to familiarize the VA with any changes to OADR between the current version (V10) of Virtuo Software and the Version installed with the Refreshed VTS units (V12). This OJT can be provided by a combination of in-person briefings at HITC or virtually, to up to 6 VA personnel or contractors. The Contractor will identify any required changes to Disaster Recovery strategy and any required changes to supporting scripts to use OADR to provide the VA with continuous DR readiness. The Contractor shall update existing DR procedures as required to reflect the Refreshed VTS hardware. The Contractor must document all other changes to the Tape Management System and the VTS configurations to provide equivalent data protection. In all cases where the Refreshed VTS hardware and software results in no changes to existing scripts, documents, and procedures or requires no training, the Contractor must so state. Deliverables: Bi-Weekly Activity Report BDN VTS Migration Strategy Report OADR Redeployment Report HARDWARE MAINTENANCE AND SUPPORT OPTION PERIOD 1 If exercised by VA, the Contractor shall provide the below specified maintenance services for the HITC & PITC VTS . Line no. Description Part no. Quantity 1 (2ea at HITC & PITC) CompuCom Virtuo v12 Hardware - Maint -OP1 CompuCom-NSQ2019-002A-Maint-OP1 4 Each unit of CompuCom Virtuo v12 Hardware - Maint OP1 includes the following items: Item Description Part no. Merlin Part no. Quantity 54 C13/C14 POWER CABLE 2.5M CompuCom NSQ2019 002A Maint OP1 CBLH018-1025 21 55 9XC13 PDU 24A US 1U CompuCom NSQ2019 002A Maint OP1 PDUH24A-9CUS 3 56 P. SUPPLY TYPE VOLTAGE,PLUG US CompuCom NSQ2019 002A Maint OP1 PSKU004-0001 1 57 R(at)CK N ROLL 1200 42U RACK W/ DOORS, NO PDU CompuCom NSQ2019 002A Maint OP1 RCKH410-1242 1 58 NAMEPLATE BULL FOR FRONT DOOR CompuCom NSQ2019 002A Maint OP1 RKAH457-BN00 1 59 REINFORCED PACKAGING FOR 1200 42U RACK CompuCom NSQ2019 002A Maint OP1 RKAH464-0000 1 60 VIRTUO NL SAS BASE+16,0TB (G350,DK6T,W/SPARE, W/SVP) CompuCom NSQ2019 002A Maint OP1 VMSCG35T6-BASE 1 61 VIRTUO 1 DATA REDUCTION FOR S120 CompuCom NSQ2019 002A Maint OP1 VMSDRS120-0001 1 62 VIRTUO CONSOLE, RACKMOUNT FORM CompuCom NSQ2019 002A Maint OP1 VMSSCSL-SK00 1 63 VIRTUO ENGINE PCI E GRAPHICS ACCELERATOR CompuCom NSQ2019 002A Maint OP1 VMSSGTFG-S100 1 64 VIRTUO, 1 ADDITIONAL 16GB FC DUAL HBA FOR HOST CNT CompuCom NSQ2019 002A Maint OP1 VMSSH02-S16G 2 65 VIRTUO 1 ADDITIONAL 16GBPS PCIE 2 PORT FC HBA CompuCom NSQ2019 002A Maint OP1 VMSSHBA02-S16G 3 66 PCIE2 FH 4 PORT UTP 1GB ETHERNET ADAPTER CompuCom NSQ2019 002A Maint OP1 DCCG207-FH2B 1 67 STOREWAY VIRTUO NV SERIES S120 ENGINE CompuCom NSQ2019 002A Maint OP1 VMSSNV-S120A 1 68 VIRTUO 1 SAN Gen6 16PORTS SFP 16G CompuCom NSQ2019 002A Maint OP1 VMSSANINT-G616 2 69 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M CompuCom NSQ2019 002A Maint OP1 FOCF007-M003 8 Line no. Description Part no. Quantity 2 (2 ea at HITC & PITC) CompuCom Tape Library Hardware - Maint -OP1 CompuCom-NSQ2019-002D-Maint-OP1 4 Each unit of CompuCom Tape Library Hardware - Maint OP1 includes the following items: Item Description Part no. Merlin Part no. Quantity 70 INFORMATIVE MI FOR MANUFACTURING OVERLAND CompuCom NSQ2019 002C Maint OP1 ATO-OVERLAND 1 71 RACK INTEGRATION KIT FOR LIBRARY CompuCom NSQ2019 002C Maint OP1 CTKF046-0000 1 72 NEOxl 80 6u/80 slot/2 drive/LTO8 Dual Port FC CompuCom NSQ2019 002C Maint OP1 OV-NEOxl82xDFC 1 73 NEO XL Series LTO8 dual port FC add on drive CompuCom NSQ2019 002C Maint OP1 OV-NEOxl8DFCAD 2 74 NEO factory rack mounting CompuCom NSQ2019 002C Maint OP1 NEOF076-FACT 1 75 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M CompuCom NSQ2019 002C Maint OP1 FOCF007-M003 5 76 LTO Universal Cleaning Cartridge PACK of 5 units CompuCom NSQ2019 002C Maint OP1 OV-LTOCLN05 1 77 LTO 8 Data Cartridges, 6TB/15TB, custom labeled PACK of 20 units CompuCom NSQ2019 002C Maint OP1 OV-LTOBCL820 5 HARDWARE MAINTENANCE AND SUPPORT OPTION PERIOD 2 If exercised by VA, the Contractor shall provide the below specified maintenance services for the HITC & PITC VTS . Line no. Description Part no. Quantity 1 (2 ea at HITC & PITC) CompuCom Virtuo v12 Hardware - Maint -OP2 CompuCom-NSQ2019-002A-Maint-OP2 4 Each unit of CompuCom Virto V12 Hardware - Maint OP2 includes the following items: Item Description Part no. Merlin Part no. Quantity 78 C13/C14 POWER CABLE 2.5M CompuCom NSQ2019 002A Maint OP2 CBLH018-1025 21 79 9XC13 PDU 24A US 1U CompuCom NSQ2019 002A Maint OP2 PDUH24A-9CUS 3 80 P. SUPPLY TYPE VOLTAGE,PLUG US CompuCom NSQ2019 002A Maint OP2 PSKU004-0001 1 81 R(at)CK N ROLL 1200 42U RACK W/ DOORS, NO PDU CompuCom NSQ2019 002A Maint OP2 RCKH410-1242 1 82 NAMEPLATE BULL FOR FRONT DOOR CompuCom NSQ2019 002A Maint OP2 RKAH457-BN00 1 83 REINFORCED PACKAGING FOR 1200 42U RACK CompuCom NSQ2019 002A Maint OP2 RKAH464-0000 1 84 VIRTUO NL SAS BASE+16,0TB (G350,DK6T,W/SPARE, W/SVP) CompuCom NSQ2019 002A Maint OP2 VMSCG35T6-BASE 1 85 VIRTUO 1 DATA REDUCTION FOR S120 CompuCom NSQ2019 002A Maint OP2 VMSDRS120-0001 1 86 VIRTUO CONSOLE, RACKMOUNT FORM CompuCom NSQ2019 002A Maint OP2 VMSSCSL-SK00 1 87 VIRTUO ENGINE PCI E GRAPHICS ACCELERATOR CompuCom NSQ2019 002A Maint OP2 VMSSGTFG-S100 1 88 VIRTUO, 1 ADDITIONAL 16GB FC DUAL HBA FOR HOST CNT CompuCom NSQ2019 002A Maint OP2 VMSSH02-S16G 2 89 VIRTUO 1 ADDITIONAL 16GBPS PCIE 2 PORT FC HBA CompuCom NSQ2019 002A Maint OP2 VMSSHBA02-S16G 3 90 PCIE2 FH 4 PORT UTP 1GB ETHERNET ADAPTER CompuCom NSQ2019 002A Maint OP2 DCCG207-FH2B 1 91 STOREWAY VIRTUO NV SERIES S120 ENGINE CompuCom NSQ2019 002A Maint OP2 VMSSNV-S120A 1 92 VIRTUO 1 SAN Gen6 16PORTS SFP 16G CompuCom NSQ2019 002A Maint OP2 VMSSANINT-G616 2 93 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M CompuCom NSQ2019 002A Maint OP2 FOCF007-M003 8 Line no. Description Part no. Quantity 2 (2 ea at HITC & PITC) CompuCom Tape Library Hardware - Maint -OP2 CompuCom-NSQ2019-002C-Maint-OP2 4 Each unit of CompuCom Tape Library Hardware - Maint OP2 includes the following items: Item Description Part no. Merlin Part no. Quantity 94 INFORMATIVE MI FOR MANUFACTURING OVERLAND CompuCom NSQ2019 002C Maint OP2 ATO-OVERLAND 1 95 RACK INTEGRATION KIT FOR LIBRARY CompuCom NSQ2019 002C Maint OP2 CTKF046-0000 1 96 NEOxl 80 6u/80 slot/2 drive/LTO8 Dual Port FC CompuCom NSQ2019 002C Maint OP2 OV-NEOxl82xDFC 1 97 NEO XL Series LTO8 dual port FC add on drive CompuCom NSQ2019 002C Maint OP2 OV-NEOxl8DFCAD 2 98 NEO factory rack mounting CompuCom NSQ2019 002C Maint OP2 NEOF076-FACT 1 99 OPTICAL FIBRE OM3 MULTI MODE (SW) LC LC CABLE 3M CompuCom NSQ2019 002C Maint OP2 FOCF007-M003 5 100 LTO Universal Cleaning Cartridge PACK of 5 units CompuCom NSQ2019 002C Maint OP2 OV-LTOCLN05 1 101 LTO 8 Data Cartridges, 6TB/15TB, custom labeled PACK of 20 units CompuCom NSQ2019 002C Maint OP2 OV-LTOBCL820 5 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS (SECTION 508) On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.  Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation and Services Requirements COMPATIABILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. SHIPMENT OF HARDWARE OR EQUIPMENT Inspection: Destination Acceptance: Destination Free on Board (FOB): Destination Ship To and Mark For: Primary Alternate HITC PITC Name: Mr. Brian Medina Department of Veterans Affairs Hines Information Technology Center Name: Mr. Jeffrey Shanker Department of Veterans Affairs Philadelphia Information Technology Center Address: 1st Ave North of 22nd St, Building 215 Hines, IL 60141 Address: 5000 Wissachickon Ave. Philadelphia, PA 19144 Voice: 708-483-5089 Voice: 215-842-2000 x4500 Email: brian.medina1@va.gov Jeffrey.Shanker@va.gov SPECIAL SHIPPING INSTRUCTIONS Prior to shipping, Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements.  The Contractor shall not make any changes to the delivery schedule at the request of Site POC. Contractors shall coordinate deliveries with Site POCs before shipment of hardware to ensure sites have adequate storage space. All shipments, either single or multiple container deliveries, shall bear the VA IFCAP Purchase Order number on external shipping labels and associated manifests or packing lists.  In the case of multiple container deliveries, a statement readable near the VA IFCAP PO number shall indicate total number of containers for the complete shipment (e.g. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall also include the following: IFCAP PO #: ____________ (e.g., 166-E11234 (the IFCAP PO number is located in block #20 of the SF 1449)) Project Description: (e.g. Tier I Lifecycle Refresh) Total number of Containers:  Package ___ of ___.  (e.g., Package 1 of 3) GENERAL REQUIREMENTS VA TECHNICAL REFERENCE MODEL The Contractor shall support the VA enterprise management framework. In association with the framework, the Contractor shall comply with OI&T Technical Reference Model (VA TRM). The VA TRM is one component within the overall Enterprise Architecture (EA) that establishes a common vocabulary and structure for describing the information technology used to develop, operate, and maintain enterprise applications. Moreover, the VA TRM, which includes the Standards Profile and Product List, serves as a technology roadmap and tool for supporting OI&T. Architecture & Engineering Services (AES) has overall responsibility for the VA TRM. POSITION/TASK RISK DESIGNATION LEVEL(S) In accordance with VA Handbook 0710, Personnel Security and Suitability Program, the position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the PWS are: Position Sensitivity and Background Investigation Requirements by Service Task/Item Number Service Task/ Item Number Tier1 / Low Risk Tier 2 / Moderate Risk Tier 4 / High Risk 1.0 1.1 1.2 The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/839eac2a388e4be6bed4859aa6ababfa/view)
 
Record
SN05752168-F 20200812/200810230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.