Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2003 FBO #0654
SOLICITATION NOTICE

70 -- EMC NS600 NETWORK ATTACHED STORAGE ARRAY

Notice Date
9/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS030048
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Ava McIntire, Contract Specialist, Phone 202-406-6787, Fax 202-406-6801, - Joyce Tincher-Harris, Contracting Officer - TAB Branch Chief, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
amcintire@usss.treas.gov, jdharris@usss.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposal number USSS030048 is hereby issued for this requirement incorporating provisions and clauses in effect through Federal Acquisition Circular 01-15. This procurement is unrestricted under NAICS code 334112. The U.S. Secret Service has a requirement for: CLIN 0001, BRAND NAME EMC NS600 Network Attached Storage Arrays, Quantity 2 EA, which must consist of the following items: 1 EA CX600 ? 2Gb SPE; 1 EA RACK-40U ? Empty 40U Cabinet; 2 EA CX-2GDAE ? 2Gb DAE EXP; 1 EA CX-2GDAE-OS ? 2Gb DAE EXP ENC w/OS; 5 EA X-2G10-146 ? CHV 146GB 10K 520Bps 12V 2Gb (Raid-5 (4+1)); 27 EA CX-2G10-146 ? CHV 146GB 10K 520Bps 12V Gb (Raid-5 (8+1)); 1EA CX-2G10-146 ? CHV 146GB 10K 520Bps 12V 2Gb Hot Spare; 1 EA M4GB-CX600 ? 4GB Cache Memory Upgrade for CX600; 1EA CX-PW40U-US ? 40U Rack Power Cords-US; 8 EA FM-LL10MD ? 10m Optical Cable (LC-LC); 1 EA C-MODEM-US ? External modem, cable, powertools; 1 EA NS602G-FD ? NS600G Front end ? no rack; 1 EA NS600G-CSFD ? NS600G CRTL ST-no rack; 1 EA SYMMOD-US ? Modem US. CLIN 0002 is software required to manage and support the hardware items listed under CLIN 0001, and must be BRAND NAME as follows: 2 EA NS600-DCD ? Celerra NS600 Documents & CD; 2 EA NS-WIN-CAVA-L ? Celerra NS600 AV License; 2 EA NS600-ENT-L ? Celerra NS600 Enterprise License; 1 EA EOC-LNX-TM ? OnCourse Linux Transfer Mgr; 5 EA EOC-WIN-WG ? OnCourse TA Win WGR. CLIN 0003: The contractor shall provide installation and configuration services to include the following: 2 EA PS-BAS-NS6 ? Celerra NS600 IMP QSES; 1 EA PS-CUS-OCN ? NAS Open Copy Customer Service. Each system is FOB Destination with delivery required 30 days after date of order to USSS/IRM, Washington Navy Yard, 245 Murray Drive, SW., Building 410, Washington, DC 20373. The following FAR provisions and clauses are applicable to this RFP: 52.212-1, Instructions to Offerors-Commercial Items (special attention should be paid to paragraph (b) stating minimum requirements for proposals); 52.212-2, Evaluation-Commercial Items (insert in paragraph (a) ?technical acceptability, past performance, and price.? And ?technical and past performance when combined are relatively more important than price.?); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (additional clauses 1, 5, 7, 9, 11, 13-19, 23-26, and 29 are applicable). These FAR provisions and clauses may be accessed via the Intranet at www.arnet.gov/far. Offerors must address the technical description of the system offered, warranty offered, documentation, configuration, and installation in sufficient detail to evaluate compliance with the Government?s requirements. The contractor must be EMC Certified, and must produce proof of such certification at time of proposal submittal. Failure to include such information in the initial proposal will render the proposal non-responsive and it will not be considered for award. Offerors are reminded that they must include a completed copy of FAR 52.212-3 representations, and at least three (3) past performance references wherein the offeror performed same or similar work on large scale government system(s) as part of their proposal. Past performance references should include a description of the items delivered/work performed, name of government agency or company responsible for contract, contract number, date of contract, and point of contact name and phone number. Proposal pricing shall include the unit and total price for CLINs 0001-0003 above as well as a breakdown of costs associated with each major component of the system. Total price should include all delivery charges. All responsible offerors may submit proposals by fax to Ava McIntire at fax number 202-406-6801, by email to amcintire@usss.treas.gov, or by Federal Express or courier to U.S. Secret Service, Attn: Ava McIntire - Procurement Division, Suite 6700, 950 H Street, NW., Washington, DC 20223. Proposals must be received no later than Monday, September 15, at 2:00 pm local time. The government will not consider proposals received after this date and time.
 
Record
SN00430645-W 20030912/030910213028 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.