SOLICITATION NOTICE
70 -- THIS ANNOUNCEMENT IS TO SYNOPSIZE A PENDING REQUEST FOR PROPOSAL. PLEASE DO NOT SUBMIT A PROPOSAL IN RESPONSE TO THIS ANNOUNCEMENT. PROPOSAL PACKAGES ARE SOLICITED UPON THE FORMAL RELEASE OF SOLICITATION W91WAW-12-R-0092.
- Notice Date
- 8/29/2012
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NCR-ACC - WAW, 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW-12-R-0092
- Response Due
- 9/4/2012
- Archive Date
- 11/3/2012
- Point of Contact
- Michael Dennie, 7034280264
- E-Mail Address
-
NCR-ACC - WAW
(michael.dennie1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a synopsis for pending solicitation W91WAW-12-R-0092 for commercial hardware and support IAW the attached DRAFT PWS and will follow FAR Part 15 procedures. Draft PWS: Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide the Department of Defense (DoD) Office of the Inspector General (OIG) with Digital Media Examination Network (DMEN). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Digital Media Examination Network (DMEN) hardware, warranty and maintenance as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: DMEN is a collaborative digital media examination, review, and production platform through which the cyber crime program facilitates identifying, examining, analyzing, and reporting of digital evidence which enables the DCIS to support partner law-enforcement personnel and Assistant United States Attorneys, acquire and prepare evidence for use in criminal, civil, and administration proceedings. DMEN hardware is versatile enough to acquire, examine, analyze, and report subject data from a wide variety of digital data sources to support investigative cases and trial preparation. The Dell hardware has been successfully vetted within the digital forensic industry and Dell hardware is currently in use within DoD OIG, supporting the DCIS Cyber Crime Program mission, proven to operate effectively with DoD OIG forensic software, and is a standard computing platform within the DoD, federal, and commercial digital forensics community. 1.3 Objectives: The objective of this Performance Work Statement (PWS) is to obtain hardware, installation, warranty and maintenance required to operate Digital Media Examination Network (DMEN) at Government facilities for (36) thirty six months beginning on the Date of Award (DOA). 1.4 Scope: The contractor shall be responsible to provide DMEN hardware including warranty and maintenance service to support the agency's DMEN project. 1.5 Period of Performance: The period of performance shall be as follows: delivery and installation date of all hardware as described herein shall take place within thirty (30) days of contract award. Support and maintenance services IAW product warranties shall commence on date of award and continue through a 36 month period from date of contract award. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The contractor is not required to perform services on the following holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business 24/7 except recognized holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at 4800 Mark Center Drive Alexandria, VA 22350. 1.6.6 Type of Contract: The government will award a Firm Fixed Priced contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must submit to visitor screening and badging processes. Contractor personnel must be escorted at all times by DoD employees. 1.6.7.1 PHYSICAL Security: N/A 1.6.7.2 Key Control: N/A 1.6.7.3Lock Combinations: N/A 1.6.8 Special Qualifications: N/A 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Contracting Officer Representative (COR): Department of Defense Office of the Inspector General 4800 Mark Center Drive Alexandria, VA 22350-1500 1.6.11 Key Personnel: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13 Contractor Travel: N/A 1.6.14 Other Direct Costs: N/A 1.6.15 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.16 PHASE IN /PHASE OUT PERIOD: N/A PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial Off the Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: N/A 3.2 Facilities: The Government will provide the necessary workspace for the contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment. 3.3 Utilities: The Government will provide all utilities in the facility for the contractor's use in performance of tasks outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, such as turning off the water faucets or valves after using the required amount. 3.4 Equipment: The Government will provide computers, software and related equipment. 3.5 Materials: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: N/A 4.2 Secret Facility Clearance: N/A 4.3. Materials. The Contractor shall except for those items specifically stated to be furnished by the Government in Part 3, furnish all supplies required to perform this PWS as explained in Part 1, Para. 1.1. 4.4. Equipment: N/A PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide equipment and support for Digital Media Examination Network (DMEN) to include hardware, warranty, installation and maintenance support services. This is a requirement for the following with either stated or equivalent characteristics, capabilities, and specifications: Two (2) Dell Compellent SC040 Storage Area Network devices configured per specifications in section 1.4.1. DoD to retain hard drives. Two (2) Dell Hardware Warranty, Repair, and Support, minimum of 7x24 On-Site Service with Emergency Dispatch for Compellent SC040 Storage Area Network devices to include CoPilot, DynCtrls, DataPro, FastTrack, InsRep, and DynCap - 3 year service commencing with date of award. Two (2) Dell Hardware Installation support for Compellent SC040 Storage Area Network device. One (1) Dell M1000E Blade Enclosure configured per specifications. One (1) Dell Hardware Warranty, and Repair, minimum of 7x24 On-Site Service with Emergency Dispatch for Dell M1000E Blade Enclosure, 7x24 Hardware/Software Technical Support - 3 year service commencing with date of award. Sixteen (16) Dell M620 Blade Servers configured per specifications. DoD to retain hard drives. Sixteen (16) Dell Hardware Standard Commercial Warranty, and Repair, minimum of business hours (5x10) Next Day On-site Service for M620 Blade Servers, 7x24 Hardware/Software Technical Support - 3 year service commencing with date of award. Four (4) Dell R810 servers configured per specifications. DoD to retain hard drives. Four (4) Dell Hardware Standard Commercial Warranty and Repair, minimum of business hours (5x10) Next Day Onsite Service for R810 Server, 7x24 Hardware/Software Technical Support - 3 year service commencing with date of award. Two (2) Dell PowerConnect M8024-k 24x10GbE ports Managed Switch, Redundant. Two (2 ) Dell Hardware Warranty, Repair, and Support, minimum of 7x24 On-Site Service with Emergency Dispatch for Dell PowerConnect M8024-k 24x10GbE Managed Switch, 7x24 Hardware/Software Technical Support - 3 year service commencing with date of award. Two (2) Dell PowerConnect 48 GbE Ports, Managed Switch (10GbE and Stacking Capable, Reduntant) Two (2 ) Dell Hardware Warranty, Repair, and Support, minimum of 7x24 On-Site Service with Emergency Dispatch for Dell PowerConnect 48 GbE port Managed Switch, 7x24 Hardware/Software Technical Support - 3 year service commencing with date of award. Two (2) Dell Force10 S55 Switch configured per specifications. Two (2) Dell Hardware Standard Commercial Warranty and Repair, minimum of business hours (5x10) Next Day On-Site Service for Force10 S55 Switch, 7x24 Hardware/Software Technical Support - 3 year service commencing with date of award. Two (2) Dell Hardware Installation support for Force10 S55 Switch. One (1) Broadcom NetXteme II 57711 10GbE DA, NIC w/TOE and iSOE, Dual Port, SFP+, PCIe-8 for Dell PowerEdge R810 Server. Sixteen (16) 8-GB Dell Certified Replacement Low Voltage Memory Module for Dell PowerEdge R810 Server - 4R RDIMM 1066MHz LV. One (1) SFP+, Short Range, Optical Transceiver, LC Connector, 10Gb and 1Gb compatible, customer kit for Dell PowerEdge R810 Server. Forty (40) CABLES TO GO 3M 10GB LC/LC DUPLEX MM AQUA FIBER - 50. One (1) Dell PowerEdge KVM 2162DS - 16 Port Keyboard/Video/Mouse Digital Switch. One (1 ) Dell Hardware Warranty, Repair, and Support, minimum of 7x24 On-Site Service with Emergency Dispatch for Dell PowerEdge KVM 2162DS - 3 year service commencing with date of award. One (1) ProSupport for Digital Forensic Enterprise Architecture - 3 year service commencing with date of award SPECIFICATIONS Dell Compellent SC040 Storage Area Network Devices Specifications: QuickStart Bundle Dell Compellent SC040, 3.5 in. 6Gb SAS QuickStart (Dell Compellent Enclosure, SAS 6Gb, 3.5, 12-bay 1, IO, SAS, 6Gb, 4 Wide-Port, PCI-E, QuickStart Software Bundle) Dell Compellent SC040, 6Gb SAS Dual Controller Upgrade (IO, SAS, 6Gb, 4 Wide-Port, PCI-E 1, Dynamic Controllers Base License) Twenty (20) C13 to C14, PDU Style, 12 AMP, 2 Ft., for Redundant PSUs Six (6) 6Gb SAS Cable, 2M Forty-Six (46) 2TB NL SAS 6Gb, 7.2K, 3.5 HDD Two (2) 450GB SAS 6Gb, 15K, 3.5 HDD Twelve (12) 600GB SAS 6Gb, 15K, 3.5 HDD Thirty-Six (36) 600GB SAS 6Gb, 15K, 3.5 HDD Seven (7) Dell Compellent Enclosure, SAS 6Gb, 3.5, 12-bay Fourteen (14) 6Gb SAS Cable, 0.5M Two (2) IO, iSCSI, 10Gb, 2 Port, Optical, PCI-E Ten (10) Data Progression Expansion License Ten (10) Dynamic Controllers Expansion License Ten (10) FastTrack Expansion License Ten (10) Storage Center Core Expansion License Ten (10) Remote Instant Replay (Async and Sync) Expansion License One (1) Data Progression Base License One (1) FastTrack Base License One (1) Remote Instant Replay (Async and Sync) Base License One (1) Dell Education Services, CML Self-Paced Online+ 4Day ILT+Admin+AdvMgmt Pck One (1) Copilot Optimize - Standard One (1) Dell Compellent SAN Health Check One (1) Implementation of Dell Compellent Remote Instant Replay, Add-on One (1) INSTL and IMPL of a Compellent Storage Array Environment, upto 8 hosts Dell M1000E Blade Enclosure Specifications: Dell PowerEdge M1000E Blade Server Enclosure One (1) Redundant Power Supplies (3+3 2700W), High Efficiency One (1) Redundant Chassis Management Controller One (1) Flex Address Plus Enabled One (1) CMC Extended Storage Card Two (2) Redundant Ethernet Switch Configuration Two (2) I/O Bay filler panels One (1) Rack Chassis w/Rapid Rails One (1) Avocent Integrated KVM Analog Switch Module Three (3) Power Cords, 2 Ft, C19/C20 Thrity Two (32) POWERCONNECT 6XXX Short Range Multi-Mode SFP+ Optics Four (4) PowerConnect M8024 SFP+ Module (four ports, no SFPs included) One(1) Serial I/O Management Cable, PowerConnect M6xxx and M8024 Ethernet Switches Dell OpenManage CD Kit for PowerEdge M1000E Blade Server Chassis Users Guide, PowerEdge M-Series Blades Dell M620 Blade Server Specifications: Dell PowerEdge M620 Blade Server One (1) Broadcom 57810-k Dual port 10Gb KR Blade Network Daughter Card One (1) Intel i350 Quad Port 1Gb Serdes Mezz One (1) 12G iDRAC7 Enterprise for Blades One (1) Serial-Attach SCSI Backplane for M620 One (1) H310 Controller Two (2) Intel Xeon E5-2680 2.70GHz, 20M Cache, 8.0GT/s QPI, Turbo, 8C, 130W Two (2) PE M620 Heatsink For 2 Processors Eight (8) 8GB RDIMM, 1600 MHz, Standard Volt, Dual Rank, x4, 1600MHz, Advanced ECC Two (2) 300GB 15K RPM SAS 6Gbps 2.5in Hot-plug Hard Drive configured as RAID 1 Standard Cooling DIMM Blanks for Systems with 2 Processors No Operating System Dell R810 Server Specifications: R810 with Chassis for Up to Six 2.5-Inch Hard Drives 128 Gigabytes Random Access Memory (16x8Gb), 1066MHz, Quad Ranked LV RDIMMs for 2 or 4 Processors Two (2) Two Dual Port Embedded Broadcom NetXtreme II 5709 Gigabit Ethernet NIC with TOE and iSCSI Four (4) Central Processor Units minimum 2.0 Ghz, 18M Cache, Turbo, 6-core, Hyperthreading, 1066MHz, Intel Xeon E7540 or equivalent Two (2) Heat Sinks for 2 Processors Two (2) SFP+, PowerConnect 10GBASE-SR Multi-Mode SFP+ Optics, LC-LC One (1) Broadcom NetXteme II 57711 10GbE NIC w/TOE and iSOE,Dual Port, SFP+, PCIe-8 PERC H700 RAID Controller 512 MB Six (6) 900GB 10K RPM SA SCSI 6Gbps 2.5in Hotplug Hard Drive DVD-ROM, SATA, Internal Bezel iDRAC 6 Enterprise Dell Management Console Electronic System Documentation and OpenManage DVD Kit No Operating System ReadyRails Sliding Rails With Cable Management Arm 1100 watt Redundant Power Supply Two (2) Power Cords Dell Force 10 Switch Specifications: Force 10 S55 Switch Four (4) Transceiver, SFP+, 10GbE, SR, 850nm Wavelength, 300m Reach Power Cord Software, L3 Latest Version 44 x 10/100/1000 BASE-T, 4 x SFP, 2 Expansion Slots, 1 x AC PSU, 2 x Fans, IO Panel to PSU Airflow 5.2. Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. On-site warranty support shall be provided for all portable and non-portable equipment including data storage units and servers. 5.2.1. Warranty length shall be for three years commencing on the date of contract award. 5.2.2. Replacement Parts: When the contractor replaces a defective part during the warranty period, the newly installed part shall become Government property. The defective part shall become the property of the contractor except that the Government reserves the right to purchase defective hard drives and removable hard drives containing sensitive or classified material that is required by statute or regulation to be destroyed or retained by the Government. The effective warranty for all replacement items shall be the greater of the remaining warranty period on the original item or a 90-calendar day warranty. 5.2.3. New or Warranted Parts: Only new parts or parts warranted by the Government as equal to new shall be utilized when repairs are made unless authorized by the ordering Contracting Officer. 5.2.4. Time to Repair: Equipment shall be repaired or replaced and fully operational within two (2) Government working days following notification to the contractor's designated technical support personnel of the need for warranty service. 5.3. Support Service: To be defined in detail in solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3a36759d284057d47dd1b064fc680060)
- Place of Performance
- Address: NCR-ACC - WAW 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02859814-W 20120831/120829235220-3a36759d284057d47dd1b064fc680060 (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 |