COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664 Huntington District Corps of Engineers, 502 Eighth Street, Huntington,
WV 25701-2070 D -- INTERNET-BASED BACKUP AND RECOVERY SERVICES SOL DACW69-00-T-0131
DUE 082800 POC Mary L. Newman, CONTRACT SPECIALIST 304-529-5228,
Shelia L. Lewis, CONTRACTING OFFICER This notice is a combined
synopsis/solicitation for commercial items. It is a Request for
Quotations (RFQ) being conducted under the Simplified Acquisition
Procedures (SAP) in the Federal Acquisition Regulation (FAR), Part 13.
This announcement constitutes the only solicitation document and is
the RFQ. A written solicitation package is not available. This
procurement is a 100% small business set-aside. The Standard Industrial
Code (SIC) is 7379 with a size standard of $18 Million (average annual
receipts for the preceding three years). The solicitation number for
this RFQ is DACW69-00-T-0131. This solicitation and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-18. The clause at 52.212-3 Offeror Representations and
Certification -- Commercial Items (required with quote) is applicable
to this acquisition. The clauses at FAR 52.212-1 Instructions to
Offerors -- Commercial Items and FAR 52.212-4 Contract Terms and
Conditions -- Commercial items, apply to this acquisition. Also, the
clause at 52.212-5 Contract Terms & Conditions required to implement
Statues or Executive Orders -- Commercial Items, applies to this
acquisition including paragraph (b), subparagraphs (1) 52.203-6, (5)
52.219-8, (7) 52.219-14 (11) 52.222-21 (12) 52.222-26, (13) 52.222-35
(14) 52.222-36 (15) 52.222.37 (22) 52.232-33, and (25) 52.239-1. The
clauses at 52.217-9 Option to Extend the Term of the Contract, 52.204-2
Security Requirements, 52.216-18 Ordering, 52.216-19 Order Limitations,
52.216-22 Indefinite Quantity and 252.201-7000 Contracting Officer's
Representative also apply to this acquisition. The Huntington District
has approximately 30 file servers and over 900 PC and laptop
computers. Current server storage is 168Gb. Each PC and Laptop has up
to 20Gb hard drives with most current averaging 10Gb. The contractor
shall provide the capability to securely backup each PC and Server. All
of the servers will be added over a two month period. PC's will be
added as serviceis required by the end user. The contractor shall
provide the following services: 1) Internet-based backup and recovery;
2) Already existing and proven offsite backup service based on
Internet and client/server technologies providing the capability to
back up data on PC's laptops, and servers for local, mobile, and remote
users and networks-quickly and securely. No design services will be
entertained; 3) System must use DES and triple-DES encryption/security
of data for both transport and storage; 4) Support delta file
transfers at the byte level; 5) Support elimination of redundant file
transfers and storage for redundant files; 6) Support file compression;
7) Support daily random time scheduling of backups during off-peak
hours; 8) Data must be stored and retrievable via the public internet
on a 365x24x7 basis; 9) Entire data sets must be retrievable by
alternate means and media such as CD-ROM or small re-usable servers;
10) System must be able to support an initial repository of 200gb and
scale to allow aminimum of 1400gb; 11) System must be able to support
files transfers to internet connections from 56k v.90 modems to T-3
speeds; 12) System must maintain a minimum of 20 revisions of an active
file and allow the retrieval of deleted files up to one(1)year and; 13)
System account maintenance must be available via web browser. This
scope of work requires that the contractor provide non-personal,
professional services to the Great Lakes and Ohio River Division U.S.
Army Corps of Engineers, specifically the Huntington District, for
Internet-based backup and recovery services which include, but are not
limited to, an offsite backup service based on Internet and
client/server technologies providing the capability to back up data on
PC's, laptops, and servers for local, mobile, and remote users and
networks -- quickly and securely. The area of coverage will include all
of the Great Lakes and Ohio River Division including two Division
Regional Offices located in Cincinnati, OH and Chicago, IL and
districts located in Chicago, IL, Buffalo, NY, Detroit, MI, Pittsburgh,
PA, Louisville, KY Nashville, TN, and Huntington, WV. Initially the
contract services will be provided for the Huntington District with
possible expansion to other offices in the Division. Approximate time
will begin on date of contract award and continue for one calendar
year. There are three additional one year option periods. This contract
will be Firm Fixed Price, Indefinite Delivery Type, competitively
negotiated. Award will be made as a whole to the offeror whose
quotation conforms to the solicitation and has been determined to be
the most advantageous to the Government all factors considered. Monthly
work orders will be issued to the contractor for backups for two
categories-PC's and Servers. PC's include laptops and desktops. Backups
for the PC category are broken down into two categories-Full backup and
Data-Only backup. Full backup is further broken down by quantity and is
priced per each. CLIN 0001 is full backup up to the minimum of 50PC's,
CLIN 0002 is 101 to 500 PC's, CLIN 0003 is 501 to 800 PC's, CLIN 0004
is 801 to 1500 PC's, CLIN 0005 is 1501 to 3000 PC's. Data Only Backups
are broken down the same as the Full Backup and priced per each. CLIN
0006 is up to the minimum of 50 PC's, CLIN 0007 is 101 to 500 PC's,
CLIN 0008 is 501 to 800 PC's, CLIN 0009 is 801 to 1500 PC's and CLIN
0010 is 1501 to 3000 PC's. Backups for servers have two categories --
up to 300MB worth of changes per month and backups of changes over
300MB. CLIN 0011 is priced per each server for up to 300 MB of changes
per month. CLIN 0012 is price per each MB over 300MB per month. All 12
CLINS are the same for each of the three option periods. Monthly
payment will be processed after submission, approval and acceptance of
invoice. Payment will be made in accordance with the prompt payment
clause. Price of the bid schedule shall include all overhead, profit,
and labor. Provide prices for all 12 CLINS in the based period listed
above and for each option period, specifically CLINs 0013 thru 0024 for
the 1st option period, CLINs 0025 thru 0036 for the 2nd option period
and CLINs 0037 thru 0048 for the 3rd option period. The price breakdown
should include a unit price for each of the 48 contract line items. The
Government reserves the right to place orders against this contract for
any item or combination of items in a total amount (including option
year(s)) not to exceed $500,000.00. The Government guarantees to order
$6,250.00 during the period of the contract. Quotes must contain
sufficient information to demonstrate the vendor's ability to meet the
Government's needs as described in the statement of work and include
an explanation of how the contractor will provide the services
requested. Also required is a quote on CLINs 0001 thru 0048 as
described above. Quotations are due by 3:00 PM EST on August 28, 2000
and MUST include a copy of the provisions in 52.212-3, Offeror
Representations and Certification -- Commercial Items which may be
downloaded along with any other clauses from http://www.arnet.gov/far.
Winning contractor must be registered with Central Contractor
Registration (CCR). Register with CCR at www.ccr2000.com. All
quotations shall be FAXED to the US Army Corps of Engineers Attn: Mary
Newman (304) 529-5281 or sent E-MAIL to maryn@lrh.usace.army.mil. For
information call POC identified above. Posted 08/11/00 (W-SN485047).
(0224) Loren Data Corp. http://www.ld.com (SYN# 0018 20000815\D-0002.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|