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