MODIFICATION
70 -- Nortel Network Capacity Forecasting Tool
- Notice Date
- 8/21/2002
- Notice Type
- Modification
- Contracting Office
- Department of Justice, Immigration & Naturalization Service, Headquarter's Procurement Division, 425 I Street, N.W. Room 2208, Washington, DC, 20536
- ZIP Code
- 20536
- Solicitation Number
- COW-2-R-0076
- Response Due
- 8/29/2002
- Point of Contact
- Jeanette Housen, Contracting Officer, Phone 202-305-3113, Fax 202-616-2414, - Madan Kar, Contracting Officer, Phone 202-514-1420, Fax 202-616-2414,
- E-Mail Address
-
jeanette.housen@usdoj.gov, madan.m.kar@usdoj.gov
- Description
- Modification Two The solicitation has been amended to: 1. Delete the duplicate reference to Federal Acquisition Circular 2001-07. 2. Remove the reference to Nortel. 3. Remove the requirement to fault isolation tools which permit trouble-shooting and in-depth traffic and protocol analysis. 4. Remove the inconsistency between the first and second page - the requirement is one day response time for warranty maintenance not the four hour response time mentioned on the second page (this is consistent with Amendment One to the solicitation). 5. Provide further information on polling. 6. Change the description consistent with the above changes. 7. Provide answers to Offeror questions. 8. Extend the due date for proposals to Eastern Standard Daylight Time 2:00P.M., August 29, 2002. CLIN 0001 has been changed to the following: There is one contract line item number (CLIN) for this requirement. CLIN 0001 consists of a network resource utilization monitoring and capacity forecasting tool, which does not require the deployment of vendor specific hardware, to include delivery, installation, test and telephone technical support 24 X 7 plus warranty service including labor (24 by 7 with a one (1)day response time for warranty maintenance). Technical support and warranty service must be provided for 3 years. The Description has been changed to the following in response to Offeror questions: The Immigration and Naturalization Service (INS) has a requirement for a scalable network resource utilization monitoring and capacity forecasting tool for a 1000 node network. The network resource utilization monitoring and capacity forecasting tool must provide the following functions in a manner which will provide the INS business actionable projections for its network resources (bandwidth, port capacities, equipment types), which enhance the overall return on investment (ROI) in the INS information technology infrastructure and eliminate business continuity failures due to inadequate network resources: requirements include real-time network observation and alarming at the INS network operations center; two year historical summaries; two years or more raw measurement storage without manual administrator action; information on monthly recurring bandwidth costs; clearly identify areas where circuits may be downgraded or eliminated without impacting the flow of business data; provide a minimum of 30 second granularity with no data averaging or "smoothing" on circuit capacity utilization for at least two years; provide advance projections of future upgrade requirements; budgeting, planning, procurement, and technical data as well as access to third party auditing and validation of bandwidth providers; network modeling in terms of network design and "what-if" validation. The network resource utilization monitoring and capacity forecasting tool must be compatible with the currently installed INS IT architecture including: capable of installation on 1RU Sun/Cobalt server appliance; http/Java-based reporting and configuration; scalable on demand centralized or distributed data collection and storage with data collection from standard MIB-2 or Enterprise MIBs via SNMP; very efficient polling of specific MIB elements and built-in storage of raw data for at least two years without automatic averaging. Warranty offered must be better than or equal to the warranty offered commercial customers as well as warrant that the product and service provided are as described and fit and merchantable for the purpose intended. Delivery, installation, technical support, documentation and warranty service (on a 24 X 7, on call basis with a one (1) day response time) must be included in the fixed price of the software. Delivery (and installation) of the system shall be F.O.B. Destination, to Immigration and Naturalization Service, 425 I Street NW, Washington DC 20536 within 60 calendar days after receipt of the order. FAR 52.252-1, Solicitation Provisions Incorporated By reference (FEB 1998), applies to this solicitation as follows: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acqnet.gov. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offeror-Commercial supplemented as follows - delete subparagraph (e) No alternate offers will be accepted. And FAR 52.212-2, Evaluation-Commercial Items. Subparagraph (a) of FAR 52.212-2, Evaluation -Commercial Items, (JAN 1999) is supplemented as follows: The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other evaluation factors considered. The factors and criteria shown below shall be used to evaluate offers. Answers to Offeror Questions: 1. One Offeror provided a catalog of items to the contracting officer with an e-mailed invitation to contact the Offeror regarding special pricing. Offerors are advised that simply submitting a pricelist will not suffice. Offerors must respond to the solicitation in accordance with the instructions, providing the necessary price, technical and past performance information. 2. "Is there any additional information, detailed specifications for example, regarding this solicitation?" No. All necessary information has been provided in the solicitation as amended. 3. "Is the Contracting Officer the appropriate point of contact for these questions?" Yes. 4. Two Offerors requested information on where they could find the Federal Acquisition Clauses referenced in the solicitation. The Federal Acquisition clauses referenced are available on the web site provided in the solicitation (www.acqnet.gov) under the section entitled Federal Acquisition Regulation. 5. "In looking at this solicitation, it appears that there are many combined features. We offer most of them, but are not aware of a product that offers all. Since this is not a sole source solicitation, or does not have an NSN number attached?is there a particular vendor product available that does all functions, or is there a Prime that we may work with?" The Government cannot recommend or endorse a particular product. The Government will consider all responsive offers. "Also is there a technical reference contact?" No. 6. "There is one feature that was put into this RFQ, I am sure was an accident, and that was for "fault isolation tools which permit troubleshooting and in-depth protocol analysis"." The Contracting Officer has consulted the program office and the program manager has authorized the removal of this requirement as unduly restrictive. 7. "Do we need to fill out Certs and Reps??" Yes. They must be submitted with your proposal.
- Place of Performance
- Address: Washington, D.C.
- Zip Code: 20536
- Country: United States
- Zip Code: 20536
- Record
- SN00146600-W 20020823/020821213335 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |