Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

59 -- Network Attached Storage System

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ93-04
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Point of Contact
Denise Hill, Purchasing Agent, Phone 515-663-7243, Fax 515-663-7482,
 
E-Mail Address
dhill@nadc.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ93-04, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334112. The USDA-ARS, Corn Insects and Crop Genetics has a requirement to purchase a Network Attached Storage (NAS) System. MUST HAVE SPECIFICATIONS: Network attached storage system with snap-shot capability; must support RAID levels 0, 0+1 and 5 with 1 global hot spare drive; all drives must be hot swappable SCSI 10K RPM drives; 2TB usable storage space, expandable to 6.2TB Native; 2 gigabit network interface cards; must be capable of running Unix/Linux OS; redundant fans and power supplies; battery backup for cache; 2 year Service, next business day parts replacement service for hardware components; toll-free tech support & on-line access to patches and other updates via FTP or website; MUST COME EQUIPPED WITH A TAPE LIBRARY CONSISTING OF: 2 AIT compatible drives, 6TB Native capacity, 168 GB/hr Native throughput, barcode scanner, 3 year warranty, ISCSI connection to NAS device for direct backup, and 40 AIT-4 media w/custom bar code labels; must have 24x7x365 single source support on all components/software of the storage and backup solution; MUST COME EQUIPPED WITH FULLY FUNCTIONAL BACKUP SOFTWARE: tape robotic driver for network backup, tape robotic library must be able to hold minimum of 30 tapes, 1 year category B Support Program and software update subscription including up-coming NDMP support. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -Commercial Item; 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. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and, 52.232-33. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before September 20, 2004. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is September 22, 2004. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-Corn Insects and Crop Genetics, Agronomy, ISU Campus, Ames, IA
Zip Code: 50011
Country: USA
 
Record
SN00669636-W 20040912/040910211642 (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.