Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
MODIFICATION

D -- DRC TAPE/SAN UPGRADE

Notice Date
7/20/2004
 
Notice Type
Modification
 
NAICS
425110 — Business to Business Electronic Markets
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
Reference-Number-J63104176002
 
Response Due
7/26/2004
 
Archive Date
8/10/2004
 
Point of Contact
Jackie Craft, Contract Specialist, Phone (703)767-1139, Fax (703)767-1183,
 
E-Mail Address
jackie.craft@dla.mil
 
Description
Amendment 01 Maintenance for all products must be with STK and 24 x 7. Installation also must be done by STK. No Third party parts for any equipment. It must be a two year lease with option to own with the buyout less than 50K. (LWOO). Two equal payments for FY04 and FY05. All equipment must have 3 years maintenance included in the price. DRC Tape/SAN Upgrade The solicitation documented and incorporated provisions are those in effect throguh FAC 97-24. This is a combined synopsis/solicitatio for commercial services and equipment prepared in accordance with the format in FAR 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 used. J63104176002 is a Request For Quote (RFQ). The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Provision 52.212-2, Evaluation ? Commercial Items applies to this acquisition. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to the synopsis/solicititation is judged to be most advantageous to the Government, lowest price ? technically acceptable. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and conditions ? Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition. FAR clauses 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.222-41 and 43 apply to this acquisition. Inquiries to in writing, requested by email: jackie_craft@hq.dla.mil. No telephone responses will be accepted. AWARD WILL BE MADE TO THE LOWEST PRICE - TECHNICALLY ACCEPTABLE OFFEROR WITH THE BEST VALUE TO THE GOVERNMENT. PROPOSALS WILL BE DUE TO JACKIE CRAFT, AT ABOVE EMAIL ADDRESS BY CLOSE OF BUSINESS 4:00 PM ON JULY 26 2004. Statement of Work DRC Tape/SAN Upgrade 1. BACKGROUND. The DLA Resource Center (DRC) sponsored by (J-632) performs an annual Disaster Recovery applications review with each of the field activities. This review is necessary to determine upgrades/adding additional equipment to the DRC. During the FY04 DR applications review several new library tape drives and the tape SAN ports upgrades were identified in order to keep the DRC compatible with the field sites. The DLA Resource Center cannot afford to be non-compatible with the DLA field activities in the event of a disaster. 2. OBJECTIVE/SCOPE. The DLA Resource Center (DRC) is sized and configured for recovery and processing of DLA?s critical business systems for any DLA field activity in the event processing capability is lost due to a disaster situation at a production data center. The DRC must be maintained in a ready mode, and DLA field activities routinely relocate their critical systems processing to the DRC in order to exercise all recovery procedures. During the FY04 annual DR applications review, several new systems were identified along with faster tape drives and the requirement for additional tape SAN ports (see list below). The primary objective of the DLA Resource Center is to ensure the DLA field sites can recover their critical business systems in the event of a site disaster. In order to provide such assurance, the following library and tape SAN (Brocade 12000 Switch) are necessary. This RFQ is for procurement of IBM LT02 tape drives and supporting Brocade 12000, 128 port switch: (10) IBM LTO2 tape drives (1) Brocade Silkworm 12000, 128 port W/SFP ** PLEASE NOTE** 1) DELIVERY MUST BE MADE BY AUGUST 31 2004 2) THIS IS A 24 MONTH LEASE WITH OPTION TO PURCHASE 4. TASKS TO BE COMPLETED: The Contractor/Vendor/Integrator will: (1) Sub-contract all maintenance to Storage Technology. (2) Provide maintenance support 24X7. (3) Provide support response within 4 hours of notification. (4) Provide lift-gate truck if required. (5) Deliver equipment inside (same address below.) (6) Install equipment. (7) No third party components. (8) All components must be integrated into the DRC environment. (9) Perform all maintenance at DRC (Co-located with DAASC) DAASC address is: Defense Automatic Addressing Center Area C, Building 207 5250 Pearson Road Wright-Patterson, AFB 45433-5328 DRC TAPE SAN UPGRADE -- Purchase Description Qty. Part # Description Each Total 10 LT02001-IBFC IBM LTO GEN2 FIBRE INTERFACE FOR L700 1 LTO2001-INST Installation 10 LTO GEN2 DRIVES 1 LTO2001-SUPP STK OEM UPGRADE HARDWARE SUPPORT-ANNUAL 10 DRIVES 1 LTO2001-SUPPOW STK OEM of WARRANTY HARDWARE SUPPORT-Annual 10 Drives 1 SNFCS62-0000 SILKWORM 12000 128 PORT W/SFP 1 BR-12000-0111 2 PWR CORDS, NAMERICA 1 XBR-12000-0120 RACKMOUNT KIT, RAILS & BRACKETS 1 CBNTF40-0000 40U CABINET 1 CBNTF40-9955 N.AMERICA NEMA L6 30P 1 CBNTF40-01DR WITH DOOR 1 CBNTF40-STKB B-Series/Stand Alone 1 BR-12000-INSTL 128 PORT STK OEM INSTALLATION 128 7200FLC/LC10M FIBRE, 10M, LC/LC 2 PSSTDTM-0000 LIBRARY RECONFIGURATION
 
Place of Performance
Address: Wright Patterson AFB
Zip Code: 45433
 
Record
SN00626543-W 20040722/040720211557 (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  © 1994-2020, Loren Data Corp.