Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10,1996 PSA#1698

DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB, WASHINGTON, DC 20340-3084

70 -- MAINFRAME HARDWARE AND SOFTWARE SOL MDA908-96-R-0054 DUE 102296 POC Purchasing Agent, IDA LOGSDON, (202)2318290 The Virginia Contracting Activity, on behalf of the Defense Intelligence Agency, intends to award a Firm-Fixed-Price contract for 600 Gigabytes (gb) of Direct Access Storage Devices (DASD). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (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. Solicitation number MDA908-96-R-0054 is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. The standard industrial code is 3577 and the business size standard is 1000 employees. This requirement is for one line item, i.e., Line Item 0001; Quantity, 1 Lot; Item Description, Mainframe Hardware and Software: Equipment offered under this solicitation must meet, at a minimum, the following characteristics and limitations: (1) Storage Controller(s): a) Compatibility with two, currently installed, IBM 9672-R73 mainframe processors, each running seven separate partitions (including all necessary cabling and peripheral components) b) A minimum of three (3) Gb of cache c) Provide a minimum of four simultaneous data transfer paths through four 9032-3 ESCON directors to seven partitions on each of 2 IBM 9672-R73 processors d) Minimum transfer data rate of 12 megabytes per second e) Support redundant power f) Provide all necessary interface cards to each 9032-3 director to support the simultaneous data transfer rate mentioned above (2) DASD Subsystem: a) A minimum of 600 gigabytes of storage capacity b) Can operate in DLSE mode c) Support ESCON channels d) Support redundant power c) support RAID level 5 d) Emulate 3390-3 storage devices: (3) All Hardware: a) Shall be designed to allow for ease and flexibility in accomplishing internal functional changes (i.e., reconfiguration to accommodate device and/or component failure or enhancements) b) Demonstrate ease of expansion of system capabilities c) Have the ability to readily incorporate technological innovations d) Reduce the risk inherent in single points of failure (4) All Operating System Software required to make use of the equipment acquired under this contract will be provided and supported by the Contractor. Operating System Software refers to those routines that interface directly with hardware peripheral devices, computer operations, and applications and utility programs. Software delivered under this contract shall be compatible with the software listed below, and shall be upgradable to support newer or upgraded versions of the listed software: a) IBM MVS/ESA JES 3 Version 3.1.3 Operating System Software b) IBM OS/390 JES 3 Version 5 Operating System Software c) IBM VM/ESA 1.2 Operating System Software and d) IBM VM/ESA 2.2 Operating System Software c) DFS/SMS/MVS 1.1: (5) Additionally the package must provide: a) all required user manuals and publications for the hardware and software b) all training, at the equipment installation location, required for the day to day operation of the hardware and software c) Installation of all hardware and software at the DIAC. VENDORS MUST SUPPLY SUFFICIENT DOCUMENTATION FOR THE GOVERNMENT TO DETERMINE THAT THE ITEMS BEING OFFERED UNEQUIVOCALLY MEET THE REQUIREMENTS STATED ABOVE. Vendors are cautioned to include all of the descriptive information required of this acquisition in their proposal to be submitted to the address given below. Also, the total PRICE offered as a result of this combined synopsis/solicitation MUST be all inclusive of the information contained herein. Delivery of all items is required as soon as possible but not later than 30 days after award of contract to be delivered FOB Destination to DIA Warehouse; Plaza 500; Suite 140; 6295 Edsall Road; Alexandria, VA 22312. Acceptance shall be made at destination. The Provision FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Offerors are required to complete and include a copy of the following provisions with the proposal: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; Clause 52.212-4, Contract Terms and Conditions Commercial Items applies. Addendum to FAR 52.212-4; Paragraph (o) Warranty - Add ''Additionally, the Government will accept the contractor's commercial warranty''. Add the following addendum clauses FAR 52.211-5, New Material and 52.232-28, Electronic Funds Transfer Payment Methods. The clause at 51.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR Parts 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 DFARS 252.212-7001, DFARS 252.225-7012 and DFARS 252.225-7001. In addition, the following clauses will be included in the resultant contract: 52.999-4015, Payment Address, 52.999-4024, Contractor Contract Administrator(s) 52.999-4030, Purchasing Office Representatives. The Vendors that provide the mainframe hardware and software that meets the requirements listed above must submit TWO COPIES of their proposal for consideration (by handcarrying or common courier) no later than 2:00 p.m., 22 Oct 96 to Virginia Contracting Activity; Attn: Lobby (DAP-2A/Ida Logsdon (202) 231-8290)); Bldg. 6000; Bolling AFB, Washington, D.C. 20340-5100. DOCUMENTATION RECEIVED AFTER THIS TIME AND DATE ARE SUBJECT TO CLAUSE ''Late Submissions, Modifications, and Withdrawals of Bids'' (FAR 52.214-7). All proposals are to be sealed and the outer envelope or wrapping be addressed as stated above. All proposals must reference Solicitation MDA908-96-R-0054. Vendors MUST include a facsimile number, if available, in their proposal.(0282)

Loren Data Corp. http://www.ld.com (SYN# 0266 19961009\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page