Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

70 -- Two Storage Area Networks

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
100 Bureau Drive, Gaithersburg, MD 20899
 
ZIP Code
20899
 
Solicitation Number
05-849-5460
 
Response Due
7/8/2005
 
Archive Date
7/28/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 05-849-5460 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, July 8, 2005 at 11:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Gaithersburg, MD 20899 The National Institute of Standards & Technology requires the following items, EXACT MATCH ONLY, to the following: LI 001, NIST has a requirement for 16 compute nodes and two metadata controllers (which are not part of this request for quote) to have simultaneous access to shared storage on two (2) the Storage Area Networks (SANs) via high speed ATA-type hard drive technology to Fibre Channel systems architecture. Each SAN will be located in two different buildings on the NIST, Gaithersburg, MD campus. One SAN will be the main master storage site. The master must be able to duplicate the data between the SAN storage sites. Six SM optical fibers run between the buildings and the distance is less than one kilometer in length. To that end, NIST requires the following: SAN: Support for the following operating systems Linux Windows 2000 - Must be able to add servers to occur non-disruptively to the applications. - The interface must be dual Fibre Channel with 380MB/second performance. - Must include two rack enclosure with sides for both SAN solutions. - Must include rack Power Distribution Units (PDU) UPS for both SAN solutions. Minimum Disk Array Storage requirements include the following: - Supplied disk capacity must be a minimum of 20 TB in BOTH SAN locations when configured in a RAID 5 configuration - Full Redundancy including redundant power supplies, redundant FC connections, hot swappable components including disk drives, power supplies, fans, and disk controllers. - Must be able to support ATA type technology devices 1 Minimum Network Requirements are as follows: - Attachment of 18 hosts through FC with dual connections with no single point of failure - Attachment of all data storage supplied by the vendor - Attachment of any hosts or computers supplied by the vendor. - Include standard warranty. - All component pricing shall be supplied with all quotes., 2, ea; LI 002, Installation and Training, 1, EA; LI 003, Option - Annual maintenance beyond warranty period., 1, EA; LI 004, Option - Annual maintenance, 1, EA; LI 005, Option - Annual maintenance, 1, EA; LI 006, Option - Annual maintenance, 1, EA; For this solicitation, National Institute of Standards & Technology intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. National Institute of Standards & Technology is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Deborah Rincon at deborah.rincon@nist.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to deborah.rincon@nist.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. Award Evaluation Criteria - Lowest Price that is Technically Acceptable
 
Web Link
www.fedbid.com (a-18355, n-1088)
(http://www.fedbid.com)
 
Place of Performance
Address: Gaithersburg, MD 20899
Zip Code: 20899-0001
Country: US
 
Record
SN00835150-W 20050625/050623220632 (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.