Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

70 -- Eight (8) sever clusters consisting of five (5) servers per cluster, associated equipment, and spares to support management of tactical communication networks.

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
DAAB07-03-R-F052
 
Response Due
8/15/2003
 
Archive Date
10/14/2003
 
Point of Contact
COLLEEN SWEENEY, 732-532-1530
 
E-Mail Address
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(COLLEEN.SWEENEY@MAIL1.MONMOUTH.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The Government seeks to purchase eight (8) sever clusters consisting of five (5) servers per cluster, associated equipment, and spares to support management of tactical communication networks. Each server cluster will be operated independently at geographi c locations dispersed throughout Taiwan. Server clusters will be operated in environmentally conditioned tactical shelters or offices. Servers and related equipment will be transported on military vehicles, in shock and vibration dampening containers, in ambient environmental conditions in Taiwan. Server clusters will be stored in military vehicles or in buildings, in ambient environmental conditions, throughout Taiwan. The estimated operational tempo for the each server cluster is 2920 hours per year. However, during a peak period, the operational tempo for one or more clusters may be 168 hours per week for up to four (4) weeks. Cluster hardware availability to meet o perational requirements shall meet or exceed 0.99. In each cluster one (1) server shall be available to perform the Windows 2000 forest wide management operations. Two (2) servers will each function as a Windows 2000 domain controller. In each cluster two (2) servers will function as application server s. The application servers shall run several applications including custom software that adds functionality to co-hosted Microsoft Exchange Server 2000 (Enterprise Edition) software. In addition, for the two application servers in each cluster, an externa l storage device that supports continuity of operations for Microsoft Exchange Server (Enterprise Edition) is included. A total of 5 servers shall be provided and one external storage device shall be provided for each cluster. One display device, keyboard, mouse, and a KVM switch with associated cables shall be provided for each cluster. The KVM switch and associated cables shall support connectivity of all servers in a cluster to one display device, keyboard, and mouse. Servers and associated devices provided shall be 19 inch rack mountable. Required racks slide rails, drawers, and rack space covers shall be provided. Servers and other equipment shall be operated, transported, and stored in Hardigg transit cases, Model # DE-2414-02/24/02. Five or six transit cases can be available for transport, storage, and operation of server clusters and associated equipment. When installed in transit cases the combined equipment and transit cases shall be able to be carried by four persons (male or female). Offerors may use MIL-STD-1472F for reference for this requirement. Network connectivity among the servers in each cluster, and among the clusters and external devices is affected using devices complying with the IEEE 802.3 standard. Devices supporting IEEE 802.3 connectivity shall be included as components of each server provided. Documentation. Manuals covering operation and maintenance of equipment purchased shall be provided. It is highly desired that manuals provided use American Standard English and Chinese (Traditional Characters), and that they are provided in softcopy. In addition, permission to use excerpts of manuals provided in government developed documents is highly desired, as is the right to reproduce the technical documentation. Warranty. The cluster equipment provided shall include a three (3) year warranty. It is highly desired for warranty services to be performed in Taiwan. Paid Repair Service. The vendor shall provide a mechanism for performing non-warranty cluster equipment repairs. It is highly desired for non-warranty services to be performed in Taiwan. Spares. Spares shall be provided in suffici ent quantities to support continuity of independently operated, geographically dispersed cluster operations IAW the estimated operational tempo, and warranty service or paid repair service response times offered. Delivery. The preferred delivery schedule is to ship the server clusters and associated spares in accordance with the following schedule: 2 server clusters to be delivered to Ft. Monmouth, NJ as soon as possible 1 server cluster to be shipped to arrive in Chungli, Taiwan on/about 10/1/03 1 server cluster to be shipped to arrive in Chungli, Taiwan on/about 12/01/03 2 server clusters to be shipped to arrive in Chungli, Taiwan on/about 08/15/04 2 server clusters to be shipped to arrive in Chungli, Taiwan on/about 11/15/04 However, if server clusters cannot be shipped incrementally, 2 server clusters must be delivered to Ft Monmouth immediately and all remaining server clusters and spares should be delivered to Chungli, Taiwan NLT 10/01/03. All items shall be F.O. B. Destin ation. The delivery address in Ft. Monmouth, NJ is: PR WOWC GAR USA FT. MONMOUTH LEONARD AVE BUILDING 116 FORT MONMOUTH, NJ 07703-5000 DODAAC: W15P62 Mark For: PM TRCS, Mr. Robert Jones, X72725 PLEASE CALL FOR PICKUP The delivery address in Taiwan is: Taiwan Fielding Site Yo Yong Road 2-1 Chungli, Taoyuan Taiwan, ROC This acquisition is 100% set aside for small business. The following provisions apply to this acquisition: - 52.212-1, Instructions to Offerors,Commercial - 52.212-3, Offeror Representations and Certifications,Commercial Items. Offerors are instructed to include a completed copy of this provision in their offer. The NAICS code for this acquisition is 443120. The following clauses apply to this solicitation: - 52.212-4, Contract Terms and Conditions ,Commercial items. - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Order,Commercial Items. The following additional FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: o 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). o 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). o 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). o 52-219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). o 52.222-3, Convict Labor (June 2003)(E.O. 11755). o 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002)(E.O. 13126). o 52.222-21, Prohibition of Segregated Facilities (Feb 1999). o 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). o 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). o 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999)(31 U.S.C. 3332). o 52.247.64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631). The Government intends to award to the lowest priced, technically acceptable offer, with consideration given to those items identified as highly desirable. See Numbered Notes 1 and 9.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB07/DAAB07-03-R-F052/listing.html)
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00395701-F 20030809/030807223629 (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.