SOLICITATION NOTICE
D -- Enterprise Storage Services (ESS II) - Package #1
- Notice Date
- 9/19/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC102813R0015
- Point of Contact
- Danette L Wesselmann, Phone: 618-229-9273, Jacqueline D Johnson, Phone: 618-229-9351
- E-Mail Address
-
danette.l.wesselmann.civ@mail.mil, jacqueline.d.johnson20.civ@mail.mil
(danette.l.wesselmann.civ@mail.mil, jacqueline.d.johnson20.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Amendment Attachment J-5 DD254 Attachment J-4 QASP Attachment J-3 Cost Model Attachment J-2 Proposal Format Attachment J-1 Performance Work Statement Solicitation DISA/DITCO has a requirement for a follow on contract for Enterprise Storage Services (ESS II). This procurement will have a firm fixed price performance based capacity services contract with Full and Open Competition. The ID/IQ type contract award will be based on a 'Best Value' evaluation process. 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. The solicitation number is HC102813R0015. The NAICS code is 541519. The ESS II requirement is to obtain reliable, responsive, and cost effective storage infrastructure services of 'on-demand' storage capabilities for specified chipset architecture in both DISA and other DISA-approved locations, which are both in the continental United States (CONUS) and outside of the continental United States (OCONUS). The service provider will acquire, install, de-install, transport, configure, and provide the necessary hardware (including cabinets/racks/cabling/cable management/PDUs), hardware maintenance, as well as, any software required for the Contractor's solution to operate, and services to support the storage infrastructure associated with this contract. The Government will maintain day-to-day operational control of the storage environment and complete oversight responsibility. This operational control includes the installation of all software updates after the initial delivery. However, any software required for the Contractor's solution to operate, including software maintenance and licensing shall be included under this contract. The lifecycle cost of this ID/IQ contract is estimated not to exceed $427 million and will include a 4-year base period and two 1-year option periods; for a total service life of 6 years. Attached is the Request for Proposal (RFP), and its 5 attachments: J-1 Performance Work Statement, J-2 Proposal Format, J-3 Cost Model, J-4 Quality Assurance Plan (QASP), and J-5 DD 254. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. All proposals must be submitted no later than 10AM CST, 21 October 2013 through the DITCO Contracting Opportunities web site as directed in the RFP, Section L, Instructions to the Offerors, para. 2.1.4. WAWF invoicing procedures will apply to the resultant award. Questions regarding this opportunity should be addressed no later than 2:00PM CST on 1 October 2013 to the Contract Specialist, Danette Wesselmann via email at Danette.L.Wesselmann.civ@mail.mil or the Contracting Officer, Jackie Johnson Jacqueline.D.Johnson20.civ@mail.mil. Any questions submitted after 1 October 2013 may not receive a response prior to the proposal due date of 21 October 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC102813R0015/listing.html)
- Record
- SN03196117-W 20130921/130920000513-b69e716000296e561f0bd63a52795024 (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 |