Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2005 FBO #1451
SOLICITATION NOTICE

70 -- Storage Area Network Upgrade

Notice Date
11/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
Reference-Number-YYITB6PR6AP106
 
Response Due
11/28/2005
 
Archive Date
11/29/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) YYITB6PR6AP106 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit electronic offer document type: Combined Synopsis/Solicitation Solicitation Number: YYITB6PR6AP106 Posted Date: 14 November 2005 Original Response Date: 28 November 2005 Current Response Date: 28 November 2005 Original Archive Date: 29 November 2005 Current Archive Date: 29 November 2005 Classification Code: 70 ADP Equipment Software, Supplies, Equipment Naics Code: 334119 ? Other computer peripheral equipment manufacturing All US firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued for Brand Name Specific. North American Industrial Classification Standard: 334119 (v) CLIN 0001, 1 EA, Storage Area Network (SAN) Upgrade, and Fibre Channel. (see Performance-Based Statement of Objectives below for more details description) (vi) FOB: Destination for delivery to: DCMA-Information Technology, 6350 Walker Lane, Suite 300, Alexandria, VA 22310. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiii) The Government intends to award this requirement on brand name basis to resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government. Award shall be based on lowest price technically acceptable. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote (x) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.233-3 Protest After Award; FAR 52.247-34 ? F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.232-7003 Electronic Submission of Payment Requests; (xiii) All quotes must be emailed to Ms. Thatsanee Knight at thatsanee.knight@dcma.mil Quotes are required to be received no later than 16:00 EST (Eastern Standard Time), Monday, 28 November 2005. Late quotes will not be considered. Performance-based Statement of Objectives (PBSO): Defense Contract Management Agency (DCMA) Virtualization: HQ SAN Infrastructure Upgrade 1. Purpose of this PBSO: The objective and scope of this order is to provide DCMA Headquarters with Storage Area Network (SAN) Upgrades and Fibre Channel (FC) Switches with the configurations and quantities that meet or exceed hardware and warranty specifications as required in this document. 2. Background Information About DCMA: DCMA is the Department of Defense agency responsible for working with the Defense industry to help ensure that systems, supplies, and services are delivered on time, at projected costs, and meet performance requirements. This involves managing 320,000 prime contracts with current work valued at $850 billion. DCMA is headquartered in Fairfax County, Virginia (with a mailing address of Alexandria, VA), and employs over 11,000 civilian and military professionals worldwide. The agency is organized into three Districts: East, headquartered in Boston, MA; West, headquartered in Carson, CA; and International, which is co-located with the agency headquarters. The districts are further subdivided into 60 Contract Management Offices (CMOs) that work with Defense industry SPs at over 900 locations worldwide. 3. SAN Upgrade Equipment Delivery and Installation: The Service Provider (SP) shall supply SAN Upgrades and FC Switches with the configurations and quantities meeting or exceeding hardware and warranty specifications in Table 3.1 below: Table 3.1 SAN Upgrades and FC Switches Minimum Specifications and Quantities HQ SAN Upgrade ? Quantity 1 Upgrade Upgrade from existing CLARiiON CX200 to CX500 Compatibility All disk drives and enclosures/shelves must be fully supported for use with an EMC CLARiiON CX500 Disk Capacity 4TB raw Disk sizes All disks must be at least 146GB 10,000RPM Fibre Channel disk drives Disk Type Fibre Channel Delivery Inside delivery Installation Services Installed at location in Table 3.2 within 30 days of contract award Warranty 4 hour response Drive Wiping Returned disks must be degaussed or wiped in accordance with DoD policy 3.1 Delivery and Installation Services Provide inside delivery and physically install hardware to location identified in Table 3.2 below. Table 3.2 SAN Upgrade Location Qty. San Upgrade 1 SITE DCMAIT-HQ Street Address 6350 Walker Lane Address 2 City Alexandria State VA Zip 22310 Power 110V Installation includes cabinet assembly or rack mount installation, subsystem assembly, physical power, FC and/or network connections and connection of any peripheral devices. DCMAIT personnel will provide sufficient floor space or contiguous rack space, power connections, and FC connections prior to installation. Inside delivery is defined as the exact spot that DCMA designates within a building. Due to storage space limitations at some locations, SP may need to employ just-in-time shipping techniques and should also remove any packing and shipping materials from the site upon completion. On-Time Delivery is to be completed within two business day of scheduled delivery and not greater than 10 days prior to installation. 3.2 Project Management Activities: SP shall: Provide communication, problem resolution, and weekly activity reports. Ensure successful communication to local support of upcoming visit. Provide notification and instructions to COR and on-site support staff not less than 10 business days prior to each site?s installation start date. Upon completion of all sites, a government representative will certify project completion as defined in Appendix A. 3.3 Asset Tagging SP shall provide asset tags per the specifications outlined in Table 3.3 below. Table 3.3- Asset Tag Format DCMAIT Asset Tag Format First Line Property of DCMAIT Second Line 10 digit barcode First two digits Numeric, (zero, 4), e.g., Fiscal Year 04. Third and fourth digits Alpha characters. The first alpha should be ?N? for Network Attached Storage. The second alpha character will designate the Make. Remaining six digits Numeric, unique six number string SP shall affix asset tag to each cabinet and storage subsystem module. Asset Tags must meet specification 100% of the time. DCMA will validate proposed format prior to start of deployment. DCMA will conduct a periodic review of asset tags. 3.4 Government Furnished Equipment (GFE)/Government Furnished Information (GFI). Workspace. At CONUS and/or OCONUS locations specified in Table 3.2, DCMA will provide workspace for the SP, telephone service, and use of copy and fax machines as required to perform tasks defined in this PBSO. Documentation. At the SP?s request, DCMA will furnish documentation necessary to accomplish the tasks specified in this PBSO. Distribution Validation. DCMA will validate the distribution quantities required per site necessary to accomplish the tasks specified in this PBSO. DCMA LAN Access and Use Permitted. Subject to security constraints in Section 9, the SP will be permitted access to and use of DCMA LANs. 4. Performance Expectations and Standards: Deliver quality support services on time Deliver and install all equipment on time. Maintain customer satisfaction Achieve 95% customer satisfaction rating on deployment. 5. Periodic Adjustments of Performance Standards: In its experience with other performance-based instruments, DCMA has found it not only advisable but necessary to adjust performance standards periodically. That is because particular written expressions of performance standards sometime inadvertently motivate services provider behaviors that act against achievement of the desired performance objectives. Having learned that lesson, DCMA intends to apply it to this PBSO. Accordingly, DCMA reserves the right to adjust any or all performance standards in this PBSO, up to and including the addition of entirely new performance standards and complete substitutions of new performance standards for those already existing in this PBSO or as may have been included by subsequent modifications of this document, at any time at the DCMA Information Technology Customer Service Organization?s (ITCSO?s) discretion?subject, of course, to the stipulations in the ?Changes? clause of any resulting contract. DCMA, however, does not plan to make any such adjustments more often than once each calendar quarter and in fact would prefer not to make them any more frequently than once each calendar year. 6. Places of Performance: See Table 3.2. 7. Period and Time of Performance: Complete installation no later than 30 calendar days after the award date. Work periods are restricted to normal business hours (Monday through Friday, 0800-1700 local). Work will not be performed on federal holidays as identified on http://www.opm.gov/fedhol/index.asp 8. Travel: Travel expenses will not be reimbursed by the government. 9. Security: The SP personnel assigned to the budget development and reporting will perform in an ADP II designated sensitive position due to the nature of the work performed. Access to DCMA Information Technology (IT) unclassified systems/network is not authorized. In accordance with the DoD5200.2R, Personnel Security Program Regulation, SP personnel performing services in Automated Data Processing (ADP) positions equivalent to the duties of duties equivalent to ADP-II or ADP-III positions shall be the subjects of a favorably adjudicated National Agency Check; however, for ADP II positions a NAC must be completed prior to performance on this contract. DCMA security personnel will validate proof of existing favorably adjudicated investigations. DCMA Security Office at 6350 Walker Lane, Suite 300, Alexandria, VA 22310 will process new investigative requests. When in DCMA-owned or controlled buildings or other facilities, SP personnel shall display DCMA-issued identification badges in accordance with the directions provided by this contract?s COTR. 10. Invoicing Information: SPs shall submit invoices electronically via DoD?s Wide Area Workflow system. The POC for WAWF is Ms. Alicia Allen 703 428-0887. (https://wawf.eb.mil/). Appendix B Weekly Activity Report As described in the PBSO, a weekly activity report must be submitted. Email reports to the following persons on Fridays, NLT 5:00 PM PST: Laurie Juola : laurie.juola@dcma.mil Peter Amstutz: peter.amstutz@dcma.mil At a minimum, each report must include the following information by site: Number of sites scheduled with date Number of sites shipped or delivered Status of sites shipped or delivered Issues for any scheduled, but not delivered or installed Site Name Scheduled Date Ship Date ETA Date Delivery Date Install Date HQ Provide Weekly Electronic Shipping report in an Microsoft Excel or DCMA approved format of all serial numbers and barcodes for the units installed to date. NOTE: A copy of Performance-Based Statement of Objective (MS-Word file)may be requested by e-mail.
 
Place of Performance
Address: Defense Contract Management Agency, DCMA-IT, 6350 Walker Lane, Suite 300, Alexandria, VA
Zip Code: 22311
 
Record
SN00931408-W 20051116/051114211538 (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.