Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1999 PSA#2440

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

70 -- RAID SBC CONTROLLER SOL 1-155-rcb.1016 DUE 092899 POC Sharon V. Hare, Purchasing Agent, Phone (757)-864-2409, Fax (757) 864-9775, Email S.V.HARE@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-155-rcb.1016. E-MAIL: Sharon V. Hare, S.V.HARE@larc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This Raid System will serve as the Transonic Dynamics Tunnel Data Acquisition System reliable disk storage system. As such, the article in question must provide the following requirements: 1. The system must provide 100GB RAID-Level-5 disk drive storage with and 512MB of cache using Fibre Channel interface connected to both Windows NT and DEC Alpha (UNIX) computer simultaneously . 2. The system must provide Operating System independence to the following Operating Systems: NT, DEC Alpha, Linux, UNIX, AIX, NetWare. 3. The system must provide dynamic "on-line" disk expansion. Adding additional diskspace is accomplished without system downtime. 4. The system must dynamically adjusts the storage method used for EACH HOST write request in order to eliminate the RAID 5 write penalty. 5. The system must utilizes solid state disk (SSD) management technology in which read and write operations occur instantly. 6. The system must have at least 512MB of cache for significantly reducing response time. The system should Optimizes memory by intelligently analyzing which data sets are most frequently accessed and storing them in the caching area. The provisions and clauses in the RFQ are those in effect through FAC 97-13. The SIC code and the small business size standard for this procurement are 3577 and 1,000 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to LaRC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7. Quotations for the items(s) described above are due by COB 9/28/99 and may be mailed or faxed to Sharon Hare at Mail Stop 126, Hampton, Virginia 23681-2199, fax number is (757)864-9775 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.211-17, 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-21, 52.225-21 ALT I. Questions regarding this acquisition must be submitted in writing no later than 9/27/99. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/LaRC/class.html Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 09/22/99 (D-SN383021). (0265)

Loren Data Corp. http://www.ld.com (SYN# 0269 19990924\70-0014.SOL)


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