Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2000 PSA #2754
SOLICITATIONS

70 -- WIDE TAPE BACKUP SOFTWARE

Notice Date
December 21, 2000
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231
ZIP Code
20231
Solicitation Number
52-PAPT-1-01006
Response Due
December 21, 2000
Point of Contact
Zalma Ross, Contracting Officer, Phone (703) 305-8441, Fax (703) 305-8294, Email zalma.ross@uspto.gov
E-Mail Address
Zalma Ross (zalma.ross@uspto.gov)
Description
The purpose of this modification is to extend the closing date from December 21, 2000 at 2:00 P.M. eastern standard time to January 10, 2001 at 2:00 P.M.EST. All questions shall be submitted to Ms. Zalma Ross by e-mail at zalma.ross@uspto.gov no later than January 3, 2001 by 2:00 P.M. EST. No further questions will be addressed after the previously stated date and time. -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Proposals submitted in response to this solicitation shall reference RFP Number 52-PAPT-1-01006. This RFP incorporates all of the applicable provisions and clauses in effect through Federal Acquisition Circular 97-20, as if stated in full text, FAR 52.212-1, as well as the Department of Commerce Agency Level Protest Procedures listed at http://www.uspto.gov/web/offices/ac/comp/proc/protest/html/. A firm fixed price contract will be awarded as a result of this solicitation. Objective: The Patent and Trademark Office (PTO) has a new requirement to backup, recover, migrate, and archive data using standard tools. Technical/Functional Requirements: The PTO desires to acquire software that best meets the following requirements. Technical Requirements: The proposed COTS software shall be compatible with the PTO Technical Reference Model and Year 2000 compliance. The products must be commercially available at the time of this announcement. PTO seeks to have the capability to recover data from tape in the event of system failures or data center disasters. Additionally, PTO seeks to mitigate the cost of on-line data storage growth by migrating infrequently accessed data to near-line tape storage. The tape backup and recovery and hierarchical storage management software shall have the following characteristics: . Compatibility with DLT 4000, DLT 7000, DLT 8000, SuperDLT, StorageTek 9840, IBM Magstar and LTO tape formats using standard vendor-supplied interfaces . Capability to operate with StorageTek and ATL Product tape libraries . Capability to manage the tapes within the tape library . Capability to create a backup that can be removed from the tape library for off-site storage, and returned to the tape library at a later date . Supports Fibre Channel and SCSI interfaces. . Supports Solaris, HP-UX and Microsoft Windows NT and Windows 2000 operating systems. . Capability to backup all files and directories on a server . Capability to allow selection of files and directories to be backed up and to be restored . Capability to perform full and incremental backups . Capability to backup data from internal disk drives, server attached storage, network attached storage, and over a storage area network . Capability to backup servers directly attached (by SCSI or fibre channel) to a tape library . Capability to backup servers through a fibre channel switch to a tape library . Capability to backup servers over a local area network through a tape backup server directly attached (by SCSI or fibre channel) to a tape library . Capability to backup servers over a local area network through a tape backup server which is attached to a tape library through a fibre channel switch . Capability to schedule backup jobs for individual filesystems and servers and groups of filesystems and servers . Capability to make multiple copies of selected backups for internal tape library storage . Capability to automatically switch to read alternate copies of a file in case of read failure of primary copy. . Capability to replace the original backup tape with the vaulted off-site copy. . Capability to backup and restore files up to 10GB in size. . Capability to backup an online database using the Microsoft Exchange, Microsoft SQL Server, Oracle, Sybase, Informix, and DB2 data base management systems. . Capacity to backup online data bases on 100 servers. . Capacity to backup 150 Unix and 300 NT servers. . Capacity to support up to 100 tape drives. . Capacity to support up to 10 tape libraries. . Capacity to attach up to 10 NT and 42 Unix Servers to tape libraries. . Capability to backup files requiring synchronization set on disk. . Capability to backup file system as raw disk partition but restore as individual files, in order to increase performance of backup of file system with a large number of files. . Capability to automatically backup from a snapshot copy of data on EMC storage or network attached storage. . Capability to restore master catalog from vaulted off-site tapes. . Capability to restore an individual file from a backup. . Capability to reconstruct an entire file from the backup copy. . Capability to provide enterprise backup and recovery system management from a single console. . Capability to provide scheduling of backup tapes to be overwritten by maintaining the equilibrium of the tape pool in order to always have free tapes for tape backup. . Capability to compact data for the purposes of reclaiming tape media space. . Capability to provide a tape volume catalog which can be used to determine which data is on which tape. . Capability to view the contents of a backup tape. . Capability to stripe a server's data across up to 12 tape drives simultaneously. . Capability to multiplex several servers to a single tape drive simultaneously. . Capability to manage up to 20 million files and 100 million file backup instances. . Capability to provide a GUI interface. . Capability to verify integrity of each backup copy. . Capability to provide remote administrative access to authorized users. . Capability to provide log and activity reports. . Capability to provide failure monitoring data via SNMP and SMTP. . Capability to provide web-based administrative interfaces. . Capability to provide a batch or automated capability for performing administrative functions. . Capability to provide mandatory and discretionary access controls. . Capability to make multiple copies of a selected backup tape for vaulted off-site storage. . Capability to migrate infrequently accessed data from on-line disk storage to tape . Capability to automatically recall migrated data from tape to disk. . Capability to sample for storage media deterioration. . Capability to encrypt data transfers between server and client. Performance in the PTO environment is important. Therefore, compatibility with the current components of the PTO information technology infrastructure is required. (See Instructions below.) The requirements for the enterprise tape backup system are driven by over 70 TB of on-line magnetic storage attached to more than 100 Unix servers and more than 200 Windows NT servers. The number of servers is expected to increase over time. The amount of on-line disk storage is expected to double by FY 2004. PTO is most interested in leveraging its investment in the standards and products selected to date. If the product offered is not compatible with the above-described PTO software Technical Reference Model, the offeror must provide written explanation of the incompatibility which will be evaluated accordingly. The PTO Technical Reference Model can be found at http://www.uspto.gov/web/offices/cio/cio-docs.htm. Evaluation: The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal, conforming to the solicitation, will be the most advantageous and represents the best value to the Government, price and other factors considered. In making the best value determination, PTO will compare the differences in the value of technical/functional and past performance features with differences in cost to the PTO. The PTO shall determine what tradeoff among technical/functional requirements, past performance, and price promises the greatest value to the PTO. The following factors will be used to evaluate offers: (A) Technical and Functional Capability; (B) Past Performance; and, (C) Price. Factor A is more important than Factor B, and together Factors A and B are significantly more important than Factor C. Separately Factor A and B are more important than Factor C. However, Factor C will not be scored but will be evaluated. As proposals became more technically equal, price will become more important. Provided below is the list of elements comprising the evaluation criteria described above for the written proposals: (A) Technical and Functional Capability: The proposed tape backup, recovery, migration, and archiving software shall demonstrate the technical capabilities and functional requirements stated above. (B) Past Performance/Experience: Evaluation of past performance shall be based upon information obtained from the contracts/references provided by the offeror, as well as any other information the Government may have or obtains from other sources. (C) Price: The total price shall consist of the following priced contract line items: Item 0001: Delivery and installation of PTO wide software licenses, (Qty 1), Unit Price and Total $________; Item 0002: On-Site consulting services, (Qty 1), Unit Price and Total $________; Item 0003; Training for PTO staff, (Qty 1), Unit Price and Total $________; Item 0004; Annual maintenance and upgrades for software procured under Item 0001 from 1 Jan 2001 through 31 Dec 2001, (Qty 1), Unit Price and Total $________; TOTAL FOR BASE YEAR $______________________________ Item 0005: Option -- Annual maintenance and upgrades for software procured under Item 0001 from 1 Jan 2002 through 31 Dec 2002, (Qty 1), Unit Price and Total $________; Item 0006: Option -- Annual maintenance and upgrades for software procured under Item 0001 from 1 Jan 2003 through 31 Dec 2003, (Qty 1), Unit Price and Total $________; Item 007: Option -- Annual maintenance and upgrades for software procured under Item 0001 from 1 Jan 2004 through 31 Dec 2004, (Qty 1), Unit Price and Total $________; TOTAL CONTRACT AMOUNT $________________________________ The offeror must provide pricing for all items listed above. For purposes of evaluating price, the PTO will evaluate price based on the total cost to the Government. Proposals will be found unacceptable if pricing is not provided for all items or if option item pricing is significantly unbalanced. By including option pricing in the total price evaluation, does not obligate the Government to exercise the Options. As proposals become more technically equal, price will become more important. As part of the evaluation, Past Performance shall be based on information obtained from the contacts/references with similar agency architecture provided by the Offeror, as well as any other information the Government may have or obtain from other sources. The Government intends to make an award based upon initial proposals without discussions. Instructions/Notice to Offerors: Offerors are requested to submit one (1) signed and dated original and four (4) copies of the proposal. Proposals are limited to 20 pages or less in size. The proposal shall be brief and concise and utilize product marketing literature, and technical brochures where applicable and shall demonstrate the technical and functional capability of the product proposed. Offerors shall also provide evidence of hardware and software compatibility (compatibility of offeror's product with PTO's Technical Reference Model). As part of the past performance reference, offers shall identify at a minimum three contracts and three orders where the Offeror's product is currently operational in a similar environment as described in the requirement. These examples shall provide a cross section of the product within federal, state, local, or commercial environments. The Offerors shall provide a point of contact, current telephone number and fax number for each reference. These references must be submitted with the Offeror proposal on the due date stated herein. The offeror shall provide those references which can verify that your firm has previously provided quality solutions and products in the past. Proposals shall also include a completed copy of the provision at 52.212-3 "Offeror Representation and Certifications Commercial Items." A copy of these representations and certifications may be obtained at http://www.uspto.gov/web/offices/ac/comp/proc/currproj.htm or by contacting the person specified below. The contract award will include the clauses cited at FAR 52.212-4 "Contract Terms and Conditions -- Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items." -- Commercial Items as well as FAR clauses 52.217-7 Option for Increased Quantity-Separately Priced Line Item, 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 the Vietnam Era, 52.225-3 Buy American Act-Supplies. This synopsis/solicitation will be available after December 19, 2000, on the Office of Procurement website at http://www.uspto.gov/web/offices/ac/comp/proc/projanno.htm. All amendments will be available at the following website: http://www.uspto.gov/web/offices/ac/comp/proc/currproj.htm. All questions concerning this synopsis/solicitation shall be E-mailed to Ms. Ross at zalma.ross@uspto.gov. Deliveries from a resulting contract shall be F.O.B. Destination, within 30 days of award date, to the PTO's, Arlington, VA campus. Proposals shall be delivered to the Patent and Trademark Office, Office of Procurement, 2011 Crystal Drive, Suite 810, Arlington, VA 22202, Attention: Zalma Ross, Contracting Officer, no later than 2:00 PM (EST) on December 21, 2000. All offers shall state "52-PAPT-1-01006" on the outside of the package. The point of contact for information regarding this solicitation is Zalma Ross at 703-305-8441 or zalma.ross@uspto.gov.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=52-PAPT-1-01006&L=251)
Record
Loren Data Corp. 20001226/70SOL008.HTM (D-356 SN5094N5)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on December 21, 2000 by Loren Data Corp. -- info@ld.com