|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426Deputy Chief of Staff for Contracting, US Army Space Command, Attn:
MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749 70 -- MASS STORAGE UNITS SOL DASG62-99-B-0001/DASG62-99-R-0007 DUE
091099 POC Chris Romero (719) 554-8837 or Janet Schwarzbart (719)
554-8824 E-MAIL: click here to contact the contract specialist via,
romeroc@arspace.army.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format set forth in
Federal Acquisition Regulation, 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. This solicitation is reissued
as Request for Proposal (RFP) Number DASG62-99-R-0007 and is 100% set
aside for small business. (Please Note: For reference purposes, the
previous solicitation number was DASG62-99-B-0001.) This solicitation
document and the incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-13. The Standard
Industrial Classification Number is 3572, and the Business Size
Standard is 1,000 employees. DESCRIPTION: The following specifications
are issued as Brand Name or equal specifications, and set forth the
Government's minimum requirements. With that, the term "or equal" is
not added to each item/component description, but is instead stated
here and applied to all items and components discussed hereafter. The
offeror shall provide equipment, which shall consist of Direct Data
Storage, Inc. (DDS) or equivalent Mass Storage RAID, LVD SCSI Cards,
with 36GB Hot swappable hard drives, and 300-Watt Power Supply RAID.
All part numbers (P/N) set forth below are DDS part numbers. DDS'
website and address is:
http://www.harddisk.com/bin/raid/32bay_temp.html; 2438 30th Street,
Boulder, CO 80301, (V) 303-530-1800/(F) 303-530-1863. The following
specifications and salient characteristics represent the Government's
minimum requirements. Offerors shall structure their proposal to
include pricing at the CLIN level: CONTRACT LINE ITEM (CLIN) 0001:
32-Bay Tower RAID Solution, Quantity of two each, consisting of the
following features: 1) Six channel Ultra 2 LVD RAID Controller with
RAID Levels 0, 1, 0+1, 3, 5 & JBOD, AMD 5X86 133 MHz onboard CPU, 64 MB
EDO cache (expandable to 128MB), Up to 80 MB per second per channel; 2)
Sensor panels that monitor and display, with voltage and temperature of
controller, status of physical and logical drives, status of power
supplies, status of fans and built-in audible alarm; 3) Hot-Swappable,
with a quantity of thirty-two 3.5" Ultra2 LVD Disk Drives, a quantity
of four Redundant power supplies, and a quantity of eight 80mm ball
bearing fans; 4) All SCSI channels configurable as host or drive,
supports up to eight logical drives with thirty-two LUN's per SCSI ID,
multiple SCSI ID's supported; 5) Power and cooling, with a quantity of
four hot-swap, 300 watt power supplies, 115/230 VAC, 47 to 63Hz each,
and a quantity of eight hot-swap, 80mm ball bearing fans, 51 CFM each;
9) Physical dimensions shall be a depth of 22", width of 22", height
of 40.5" and weight of approximately 240 lbs. DDS Model# DDS1152U2W-T
with an 1116GB capacity for RAID level 5. Total capacity shall be
2232GB (2.2TB), or equivalent. RAID system shall be preconfigured with
three partitions per each 1116GB tower for a total of six partitions.
System shall be compliant with SUN Solaris version 2.6 and above (NFS)
Network File System. RAID is to be installed on-site with all cables
and one P0068 -- PCI (LVD) Low Voltage Differential Fast Wide 68 pin
SCSI card. The RAID shall be installed on and shall be fully compatible
with a SUN Ultra 60 computer system. CLIN 0002: One each spare 36GB hot
swappable drive w/sled (Removable Drive Tray) RAID-HS36SCAS, or
equivalent. CLIN 0003: One each spare 300 watt power supply
RAID-PS300S, or equivalent. CLIN 0004: Warranty on all items shall be
standard commercial warranty of at least one (1) year, hot-swap
warranty. One year of telephonic technical support required during
normal duty hours, 0730-1630, local time. Note: Delivery for all CLIN's
shall be FOB Destination. All items included under CLIN 1 and CLIN 2
shall be factory installed and fully integrated. Products offered under
the terms of a Federal Supply Schedule contract shall be so stated, to
include GSA contractnumber and terms. A copy of the pertinent pages of
the schedule shall be provided with the offeror's proposal. Products
not provided under a Federal Supply Schedule shall fully articulate and
demonstrate technical capabilities set forth herein, and shall clearly
articulate how all requirements, to include warranty, will be met.
Catalog cuts and other information required to substantiate the
offeror's claims shall be provided with the offeror's proposal. See in
this respect DFARS 252.211-7003, Brand Name or Equal. All items are
required to be delivered FOB Destination no later than 29 October 1999,
which presumes contract award no later than 17 September 1999.
Delivery/Acceptance point is HQ US Army Space Command, 1670 N. Newport
Road, Colorado Springs, Colorado 80916. Government workdays are Monday
through Friday between the hours of 0730 and 1630 MT. FAR provision
52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449
is not used. Period of acceptance of offers -- Offeror agrees to hold
the prices in its offer firm for 60 days after Government receipt of
proposals. Award is anticipated no later than 17 September 1999. All
such responses will be evaluated IAW FAR 52.212-2, Evaluation --
Commercial Items. The following evaluation criteria shall be used to
evaluate offers: (1) Technical Capability -- ability to provide the
products stated herein of the same or better functional and physical
characteristics; (2) Schedule -- ability to meet or exceed required
delivery dates; (3) Past Performance -- ability to consistently deliver
and maintain, during term of warranty, quality products and technical
support in a timely manner and (4) Total Proposed Price, inclusive of
warranty price most advantageous price considering all other factors.
Evaluation Criteria are listed in descending order of importance.
PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly
demonstrate how the products proposed meet the requirements set forth
herein regardless of how offered (e.g., open market, Federal Supply
Schedule). The Offeror shall provide proposal information (e.g.,
catalog cut sheets, etc.) that substantiates the equivalency of the
product offered to the product stated and required herein. The Offeror
shall clearly state how he proposes to meet all of the terms set forth
herein, to include warranty, technical support and delivery. Offerors
that offer products against Federal Supply Schedules shall provide
copies of the pertinent pages of the schedule to verify the offeror is
an authorized agent/supplier under the FSS and relevant pages to
validate prices offered. Prices shall be structured in accordance with
the CLIN structure stated above. The Offeror shall provide a minimum
of 3 references to which the same or similar products and services have
been delivered within the last 2 years. References shall include the
product/services delivered, contract number, date of contract award,
date of acceptance by the receiving organization, contracting office
point of contact, technical office point of contact, current telephone
and fax numbers for both, and statement regarding problems with the
product, contract and/or delivery. The Government will only consider
the information provided in the offeror's proposal. Award will be made
without discussion; therefore each offeror is encouraged to submit
their best terms with their proposal. Special attention is directed to
FAR 52.212-1 (b) and FAR 52.219-6, Notice of Total Small Business
Set-Aside. Failure to submit the information set forth herein for
evaluation may render the offer nonresponsive. Offerors shall include
a fully executed copy of the FAR provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
See www.arnet.gov/far for access to FAR clauses. FAR clause 52.212-4,
Contract Terms and Conditions-Commercial Items, applies to this
acquisition. FAR clause 52.212.-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
applies to this acquisition, along with the following additional FAR
clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative
Action for Handicapped Workers, 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy
American Act -- Supplies, 52.225-9, Buy American Act- Trade Agreements
Act-Balance of Payments Program, 52.225-21, Buy American Act-North
American Free Trade Agreement Implementation Act-Balance of Payments
Program. DFARs provisions 252.211-7003, Brand Name or Equal,
252.225-7001, Buy American Act and Balance of Payment Program;
252.225-7012, Preference for Certain Domestic Commodities;
252.227-7015, Technical Data -- Commercial Items and 252.227-7037,
Validation of Restrictive Markings on Technical Data; 252-247-7024,
Notification of Transportation of Supplies by Sea. Offers sent via the
US Postal Service should be mailed to US Army Space Command, ATTN:
SMDC-AR-CM, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All
proposals not sent through the US Mail will be considered hand carried
and subject to FAR 15.208. Proposals may be submitted by facsimile,
however, it is the responsibility of the Offeror to ensure receipt --
see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors
are responsible for ensuring proposals are received no later than 2:00
PM MT, 10 September 1999. The point of contact for all information
regarding this acquisition is Chris Romero at (719) 554-8837, fax (719)
554-8838 or e-mail at romeroc@arspace.army.mil. Posted 09/02/99
(W-SN375765). (0245) Loren Data Corp. http://www.ld.com (SYN# 0413 19990907\70-0021.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|