SOLICITATION NOTICE
70 -- IDE Server Requirement
- Notice Date
- 2/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, Logistics Operations, DLA HQ Enterprise Support, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SP4705-07-R-0003
- Response Due
- 2/16/2007
- Archive Date
- 3/3/2007
- Description
- This is a combined synopsis/solicitation for commercial items under the authority of the test program for commercial items (FAR Subpart 13.5) and prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation (SP4705-07-R-0003) is issued as a Request For Proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14. The following clauses & provisions are applicable: FAR 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certifications ? Commercial Items; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items (including FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-25, Small Disadvantaged Business Participation Program ? Disadvantaged Status and Reporting; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation With Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration); Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including FAR 52.203-3, Gratuities; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference For Domestic Specialty Metals; 252.225-7021, Trade Agreements; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests For Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea). *Note: The full text of each clause can be accessed via the following website: http://www.acq.osd.mil/dpap/ . The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government. Evaluation of offers will be consistent with the procedures of FAR 13.106 with price, technical acceptability, and past performance as the evaluation factors. The solicitation is issued on an ?Other Than Full & Open Competition? basis in accordance with FAR 6.302-1 as authorized by 10 U.S.C. 2304(c)(1). The Government requires the following Hewlett-Packard (HP) brand name products, to be procured on an ?all or none? basis: STAGING SERVER: QTY HP PART NO. DESCRIPTION 1 AF002A HP Universal Rack 10642 G2 Shock Rack 1 AF002A 001 Factory Express Base Racking 1 AD009A HP Server 24-way rp8420 FAST Solution 1 AD009A 002 HP Server rp8420 24 1.1GHz PA8900 CPU 1 A9752A Custom configure rp7410, rp8400 srvrs 8 AB308A 4GB HD SyncDRAM memory, rx76/86 8 AB308A 0D1 Factory integrated 8 AB309A HP 8GB HD SyncDRAM Midrange Memory 8 AB309A 0D1 Factory integrated 2 A7012A PCI-X 2 port 1000Base-T Gigabit Adptr 2 A7012A 0D1 Factory integrated 3 AB545A HP PCI-X 4-port 1000Base-T Gigabit Adptr 3 AB545A 0D1 Factory integrated 1 A7173A HP Dual Channel Ultra320 SCSI Adapter 1 A7173A 0D1 Factory integrated 1 AB290A HP PCI-X 2p 1000BT, 2p U320 SCSI Adptr 1 AB290A 0D1 Factory integrated 6 AB378B HP PCI-X 2.0 1Port 4Gb Fibre Channel HBA 6 AB378B 0D1 Factory integrated 4 AD210A HP rx76/86,rp74/84 146GB 15K Hard Disk 4 AD210A 0D1 Factory integrated 2 AB351B HP rp74/84, rx76/86 DVD+RW Drive 2 AB351B 0D1 Factory integrated 1 J1528B HP Rack Kit for rp84xx/rx86xx Server 1 J1528B A5N 250V/16Amp 2.5M PDU jumper cord C19/C20 1 J1528B 0D1 Factory integrated 1 B8482AA HP-UX 11i v2 HP9000/Integrity EOE Media 1 B8482AA 0D1 Factory integrated 1 B8482AA UMG HP-UX 11i Version 2 1 B8482AA ABA U.S. - English localization 1 B8482AA HP-UX 11i v2 HP9000/Integrity EOE Media 1 B8482AA AJR DVD media 1 B8482AA 0D1 Factory integrated 1 B8482AA UMG HP-UX 11i Version 2 1 B8482AA ABA U.S. - English localization 24 B9090AC HP-UX HP9000 EOE w/Sys PCL LTU 24 T1335BC HP UX 11i v2 Virtual Partitions PCL LTU 24 T1335BC 0D1 Factory integrated 1 HA110A3 HP 3y Support Plus 24 SVC 1 HA110A3 0BC Manuals on CD-ROM 24 HA110A3 6A8 Server SW Applications Support 1 HA110A3 6GW rp8420-32 24 CPU Server Support 24 HA110A3 6M2 Enterprise OE per processor Support 1 HA110A3 AAF CD-ROM (disk only) 1 C7508BZ HP Tape Array 5300 Factory Rack 2 Q1592B HP DVD + RW Array Field Module 2 Q1592B 0D1 Factory integrated 2 C2364A SCSI Terminator LVD/SE HDTS68 Multimd 2 A7382AZ Disk System 2120 Factory Rack 4 A7383A HP INT no S/W 146G 15K 80U4 HDD 4 A7383A 0D1 Factory integrated 1 A6434A HP Integrity sx1000 Svr Expansion Unit 1 A6434A 003 SEU for HP rp8420 server 2 A7109A Core I/O for HP server rp84xx 2 A7109A 0D1 Factory integrated 2 A7012A PCI-X 2 port 1000Base-T Gigabit Adptr 2 A7012A 0D1 Factory integrated 1 A7173A HP Dual Channel Ultra320 SCSI Adapter 1 A7173A 0D1 Factory integrated 1 AB290A HP PCI-X 2p 1000BT, 2p U320 SCSI Adptr 1 AB290A 0D1 Factory integrated 3 AB545A HP PCI-X 4-port 1000Base-T Gigabit Adptr 3 AB545A 0D1 Factory integrated 4 AD210A HP rx76/86,rp74/84 146GB 15K Hard Disk 4 AD210A 0D1 Factory integrated 2 AB351B HP rp74/84, rx76/86 DVD+RW Drive 2 AB351B 0D1 Factory integrated 1 J1530C HP Rack Kit for rp74xx/rx76xx/SEU Server 1 J1530C A5H 1st 120/240V univl UPS PDU (C20, 4m) 1 J1530C 0D1 Factory integrated 1 HA110A3 HP 3y Support Plus 24 SVC 1 HA110A3 6EC 4 Bay Rack Support 1 HA110A3 6LL Server Expansion Unit support 2 HA110A3 897 DS 2100 Series Support 2 E7683AZ PDU 60A, 200-240V N. Am Factory install 6 C2362B SCSI Cable 2.5m VHDTS68/HDTS68 M/M Multi 6 C2362B 0D1 Factory integrated 1 AF064A HP 10K G2 600W Hvy Dty Stabilizer Kit 1 AF064A B01 Include with complete system 1 AF054A HP 10642 G2 Sidepanel Kit 1 AF054A 0D1 Factory integrated 2 252663-B24 HP 16A High Voltage Modular PDU 2 252663-B24 0D1 Factory integrated 1 120672-B21 HP 9000 Series Ballast Option Kit 1 120672-B21 0D1 Factory integrated 6 AB378B HP PCI-X 2.0 1Port 4Gb Fibre Channel HBA 1 HA113A1 HP Installation Service 6 HA113A1 57D Host Adapter Card/Router Installation 1 HA113A1 5BY Rack and Rack Options Installation STAGING SERVER DELIVERY LOCATION: DISA DECC Mechanicsburg, PA *FOB ? Destination Required Required Delivery Schedule: 15 days ARO CONTINUITY OF OPERATIONS PLAN (COOP) SERVER: QTY HP PART NO. DESCRIPTION 1 AF002A HP Universal Rack 10642 G2 Shock Rack 1 AF002A 001 Factory Express Base Racking 1 AD008A HP Server 16-way rp8420 FAST Solution 1 AD008A 002 HP Server rp8420 16 1.1GHz PA8900 CPU 1 A9752A Custom configure rp7410, rp8400 srvrs 8 AB309A HP 8GB HD SyncDRAM Midrange Memory 8 AB309A 0D1 Factory integrated 4 AB545A HP PCI-X 4-port 1000Base-T Gigabit Adptr 4 AB545A 0D1 Factory integrated 8 A6795A PCI 2GB Fibre Channel Adapter 8 A6795A 0D1 Factory integrated 8 AD210A HP rx76/86,rp74/84 146GB 15K Hard Disk 8 AD210A 0D1 Factory integrated 4 AB351B HP rp74/84, rx76/86 DVD+RW Drive 4 AB351B 0D1 Factory integrated 1 J1528B HP Rack Kit for rp84xx/rx86xx Server 1 J1528B A5N 250V/16Amp 2.5M PDU jumper cord C19/C20 1 J1528B 0D1 Factory integrated 4 B7993AA HP-UX 11i v1 HP9000 EOE Media 4 B7993AA UM9 HP-UX 11i version 1 4 B7993AA 0D1 Factory integrated 4 B7993AA ABA U.S. - English localization 2 B7993AA AJR DVD media 16 B9090AC HP-UX HP9000 EOE w/Sys PCL LTU 1 HA110A3 HP 3y Support Plus 24 SVC 1 HA110A3 0BC Manuals on CD-ROM 1 HA110A3 6GW rp8420-32 16 CPU Server Support 16 HA110A3 6M2 Enterprise OE per processor Support 1 HA110A3 AAF CD-ROM (disk only) 1 A6434A HP Integrity sx1000 Svr Expansion Unit 1 A6434A 003 SEU for HP rp8420 server 4 A7109A Core I/O for HP server rp84xx 4 A7109A 0D1 Factory integrated 1 J1530C HP Rack Kit for rp74xx/rx76xx/SEU Server 1 J1530C A5N 250V/16Amp 2.5M PDU jumper cord C19/C20 1 J1530C 0D1 Factory integrated 1 HA110A3 6LL Server Expansion Unit support 4 A5499AZ 30 Amp Power Distribution Relay Unit 4 A5499AZ 001 No. American Power cord (connector type) 1 AF064A HP 10K G2 600W Hvy Dty Stabilizer Kit 1 AF064A B01 Include with complete system 1 AF054A HP 10642 G2 Sidepanel Kit 1 AF054A 0D1 Factory integrated 1 120672-B21 HP 9000 Series Ballast Option Kit 1 120672-B21 0D1 Factory integrated 1 HA113A1 HP Installation Service 1 HA113A1 5BY Rack and Rack Options Installation COOP SERVER DELIVERY LOCATION: DISA DECC Ogden, UT *FOB-Destination Required Required Delivery Schedule: 15 days ARO The following justification for the HP brand name requirement is provided in accordance with the requirements of FAR 5.102(a)(6): The DLA IDE Program currently consists of three (3) operational system environments which include Development servers, Test servers, and live Production servers operating solely on HP-UX 11i Unix operating system, and HP servers. This architectural design provides several benefits, including enhanced scalability, availability, flexibility, and full IDE system integration. The Development, Test, and Production environments received the Interim Authority To Operate (IATO) in November 2005 and Authority To Operate (ATO) in January 2006. The DLA IDE system has been in Initial Operational Capability (IOC) status since January 2006, supporting data brokering for multiple DLA programs. Due to budgetary constraints, the DLA IDE program has not procured the Stage and COOP systems, which form the basis of the current requirement. Presidential Decision Directive 67 and DoD Directive 3020.26 require that Government systems have a COOP plan and invest in the appropriate infrastructure to support the plan. A Stage system is required to support software engineering efforts and quality assurance of the IDE product, which is congruent with Better Business Practice (BBP) for standard software engineering and development lifecycle. The requirement at hand seeks to address the need for the HP-UX COOP and Staging servers to complete the IDE server landscape. The fact that the current IDE Development, Test, and Production servers run solely in an HP-UX 11i operating environment on HP equipment, makes the HP-UX solution the prudent and required architecture choice for both the Stage and COOP requirements. There are a number of considerations that underscore this fact. A COOP environment must provide a reliable, accessible, and consistent backup environment for the production server. This is a critical safeguard in the event of system outages at the primary facility. In the case of UNIX, this typically mandates that all hardware environments be binary compatible with the primary production environment hardware. Without binary compatibility between the Production and COOP environments, an application running in the Production environment would need to be recompiled, redeveloped, retested, or even replaced in order to run effectively. This process would be labor intensive, necessitating additional skill sets be obtained by the current contractor support staff. Therefore extensive migration efforts would be required to transfer software code from one architecture to another. The IDE system is a Mission Assurance Category (MAC) II program. Implementing a dissimilar architecture to the current IDE system would make it impossible to support MAC II restoration requirements; therefore, it is an unrealistic approach that is not in the best interest of the Government. Another challenge with supporting disparate architectures in the COOP and Stage environments with respect to the Development, Test, and Production environments is that, like any operating system, most software applications have hardware dependencies as well. So the applications being hosted are typically specific to an operating system release. Therefore, system recertification efforts would be required to ensure information assurance and network security compliance. The effort involved in designing, configuring and applying/resolving Security Technical Implementation Guides (STIGs) in disparate environments is significant. These efforts would involve a considerable duplication of costs and time spent. In summary, the procurement of HP brand name for the Stage and COOP servers complements the existing HP Production, Test, and Development environments and is essential the Government?s requirement, thus, the only reasonable solution for the IDE Program. Deviating from the current HP architecture would necessitate significant application redevelopment, cost and introduces unnecessary risks to DLA?s IDE program. The Government will consider offers from HP and HP authorized resellers. Offered products must be covered by warranty equivalent to or greater in coverage than that offered to commercial customers. Offers are due no later than 5:00 PM EST Friday, February 16, 2007. Offers must include the representations and certifications required by FAR 52.212-3 and DFARS 252.212-7000. Also, to evaluate past performance, the Government requires that prospective offerors provide information on three (3) previous Government IT contracts that it has been awarded. Please include the following information: Government contract number, date of award, issuing agency, and Government POC name and telephone number. This information should be provided with the offer. It should be noted that offerors that have not received prior Government IT contracts will not be viewed negatively or positively, but rather neutral in terms of evaluation. Offers shall be submitted to the contract specialist via e-mail (Joseph.Fortuna@dla.mil). Contact the contract specialist via telephone at 703-767-9562 for further information.
- Record
- SN01229134-W 20070211/070209220125 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |