SOURCES SOUGHT
J -- Dell/EMC Isilon Storage
- Notice Date
- 10/27/2023 8:07:50 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0058
- Response Due
- 11/6/2023 5:30:00 PM
- Archive Date
- 12/06/2023
- Point of Contact
- Nick Price, Contracting Officer, Phone: Not listed
- E-Mail Address
-
Nicholas.Price@va.gov
(Nicholas.Price@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 20 (NCO 20) is conducting a market survey and is seeking potential sources for an .This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Responses shall be submitted to Nick Price at Nicholas.Price@va.gov by COB 11/06/2023 SUBJECT: RFI 36C26024Q0058 This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Interested companies shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: DUNS Number/UNIQUE SAM ID: Brochures of their offered equipment. The anticipated North American Industry Classification System (NAICS) code 811210 . Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 1,000 employees; (for NAICS 334516) must be verifiable thru the System for Award Management) [ ] yes [ ] no Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. STATEMENT OF WORK (SOW) 1. Background The Portland VA Medical Center (PVAMC), referred to as the Site in this document, requires a service contract for the Dell EMC Isilon installed at the Portland VAMC. 2. Scope All work is to be performed at the Portland VA campus on the equipment listed in Appendix A of this SOW. 3. Specific Tasks General Requirements: Contractor shall provide access to 24x7 telephone and web support (including holidays) which allows the Site to report an equipment or software problem, and which collects information for initial assessment of issue severity to ensure proper escalation of issue. Contractor shall provide remote response over phone or through web support. The expectations for this response are based upon severity of the issue as defined below: Low (medium or no business impact): 3 local business hours High (able to perform business functions, but performance/capabilities are degraded/limited): 2 hours on a 24x7 basis Critical (loss of ability to perform critical business functions, requires immediate response): 30 minutes on a 24x7 basis Contractor shall send technically qualified personnel to the Site to address the problem after it has been isolated, determined to be related to equipment, and on-site support is deemed necessary. The expectations for this response are based upon severity of the issue as defined below: Low (medium or no business impact): next business day High (able to perform business functions, but performance/capabilities are degraded/limited): within 12 hours on a 24x7 basis Critical (loss of ability to perform critical business functions, requires immediate response): 4 hours on a 24x7 basis In the case that the Site experiences an issue with a third-party vendor product (which is included in the table of Appendix A to be covered by this contract), the contractor will provide collaborative assistance to resolve the issue. This will include the contractor: Serving as a single point of contact until the problems are isolated Contacting the third-party vendor Providing problem documentation Continuous monitoring of the problem Obtaining status and resolution plans from the third-party vendor where reasonably possible Note: Once isolated and reported, the third-party vendor is solely responsible to provide all support, technical and otherwise, in connection with resolution of the Site s problem. Contractor shall not be held responsible for the performance of other vendors products or services. If deemed necessary, the contractor shall provide replacement parts according to the following stipulations: Expectation for receipt of replacement part(s) depends upon severity of the issue as defined below: Low (medium or no business impact): next business day, local business hours High (able to perform business functions, but performance/capabilities are degraded/limited): within 12 hours on a 24x7 basis Critical (loss of ability to perform critical business functions, requires immediate response): 4 hours on a 24x7 basis Contractor shall perform installation of all replacement parts, but the Site shall have the option to perform installation of Customer Replaceable Units (CRU). If the contractor installs the replacement part, the contractor will arrange for its return. The Contractor shall perform the installation of new software for equipment covered under this SOW. If remote access by the contractor is allowed by the VA through a local or national MOU/ISA or BAA, the contractor should provide the following: The Site may request one Environmental Assessment analysis per each twelve month period during the applicable renewal term of a current maintenance contract. This is to include: Verification of solid state drive ( SSD ) wear levels Validation of remote connectivity activation Check for failed components in eligible equipment. Verification of equipment operating environment software against target code recommendations Validation of disk drive and component firmware levels Identification of field change orders (FCOs), technical advisories, and security alerts that may impact the affected equipment Summary of open service requests The contractor shall provide a replacement solid state drive for any solid state drive that reaches a 5% or lower average percentage of life span remaining. Expectation for receipt of replacement part(s) depends upon severity of the issue as defined below: Low (medium or no business impact): next business day, local business hours High (able to perform business functions, but performance/capabilities are degraded/limited): within 12 hours on a 24x7 basis Critical (loss of ability to perform critical business functions, requires immediate response): 4 hours on a 24x7 basis Contractor shall not require the return of defective hardware which may contain sensitive VA information; such hardware is required to be disposed of by the VA per VA OIT policy. 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections and monitoring of work while work is being performed. 5. Security Requirements All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. 6. Other Pertinent Information or Special Considerations. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. Work will be performed at the PVAMC. 9. Period of Performance. Brief Description of Service Period of Performance Service contract on Dell Isilon system ONE YEAR 11/1/23-10/31/24 10. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Invoice for work Contractor determined format. 1 hard copy or 1 emailed copy Within 30 days of completion of work. Appendix A: Hardware Identifier Model Number CES06183410057 851-0258 CES06183410060 851-0258 ISILON IBEIO-10GBE ISILON IFEIO-10GBE-B ISILON 458-001-864 (quantity 8) ISILON 458-001-865 (quantity 8) JWXNM182901242 IH400-8T-1.6T JWXNM182901242 456-111-836 JWXNM182901242 456-111-840 JWXNM183000122 IH400-8T-1.6T JWXNM183000122 456-111-836 JWXNM183000122 456-111-840 JWXNM183000134 IH400-8T-1.6T JWXNM183000134 456-111-836 JWXNM183000134 456-111-840 JWXNM183000138 IH400-8T-1.6T JWXNM183000138 456-111-836 JWXNM183000138 456-111-840 JWXNM183000143 IH400-8T-1.6T JWXNM183000143 456-111-836 JWXNM183000143 456-111-840 JWXNM183000151 IH400-8T-1.6T JWXNM183000151 456-111-836 JWXNM183000151 456-111-840 JWXNM183000180 IH400-8T-1.6T JWXNM183000180 456-111-836 JWXNM183000180 456-111-840 JWXNM183000464 IH400-8T-1.6T JWXNM183000464 456-111-836 JWXNM183000464 456-111-840 JWXNN182200009 ICH-NORM JWXNN182200013 ICH-NORM
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1243a258cfb942dabc82a42a0caa5e37/view)
- Place of Performance
- Address: Department of Veterans Affairs Portland VA healthcare system 3710 Southwest US Veterans Hospital Road, Portland, OR 97239-2964, USA
- Zip Code: 97239-2964
- Country: USA
- Zip Code: 97239-2964
- Record
- SN06870321-F 20231029/231027230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |