Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
MODIFICATION

70 -- FalconStor Equipment and Installation

Notice Date
8/29/2007
 
Notice Type
Modification
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, OH, 45268, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-MI-07-00129
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1 CHANGES ITEM C BELOW FROM EIGHT EACH VTL-FC02-H, FALCONSTOR FC PROTOCOL OPTION (INCLUDING DUAL PORT H) TO ONE EACH. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-MI-07-00129 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This acquisition is a Total Small Business Set-Aside. The NAICS code is 334112 with a corresponding small business size standard of 1,000 employees. (A) One [1] each, VLT-4024-R, FalconStor Virtual Tape Library Appliance; (B) Eight [8] each, ISA-500-S FalconStor 500GB SATA drive; (C) One [1] each, VTL-FC02-H, FalconStor FC Protocol Option (including Dual Port H); (D) Standard Maintenance Agreement; and (E) Professional Services for FalconStor VTL Implementation -- The following requirements shall be met for implementing FalconStor VTL: (1) Installer shall be FalconStor Certified to install and configure FalconStor VTL system. (2) Install the FalconStor VTL (VTL 4.0 build 12.21) system according to FalconStor's IPStor Preflight Check List. (3) Implementation shall be completed in two [2] calendar days. (4) Provide Preliminary Environmental Assessment and Preparation -Determine details of EPA environment including: (a) IP address scheme for VTL appliance connectivity. (b) VTL management connectivity and IP address scheme. (c) VTL appliance Fiber Channel connectivity. -Connect VTL appliance to EPA LAN for management; -Configure VTL appliance RAID array and Ensure power, LAN, FG connectivity. (5) The On-Site Installation and Testing shall include the following: -Assess physical environment and hardware installation areas for FalconStor VTL, and appropriate connectivity; -Install FalconStor VTL and ensure proper operation; -Provision storage to FalconStor VTL appliance; -Virtualized provisioned storage and finalize setup of FalconStor VTL; -Finalize network (LAN) side IP scheme for FalconStor VTL and VTL management; -Setup FalconStor VTL within Backup Exec system; -Run test backup and gather performance metrics; -Run test restore and gather performance metrics. (6) Contractor shall provide On-Site-Training to include: -Basic operation and administration of FalconStor VTL appliance and all related software and connectivity of solution to Backup Exec 10.0; -FalconStor Startup and Shutdown procedures; -Instruction on procedures for obtaining technical support. (7) FalconStor VTL implementation related documentations; -Technical support contact information; -Place all relevant documentations (hardware/software, installation, configuration, example, etc) on a CD-ROM. All equipment shall be delivered FOB destination to the U.S. EPA Shipping and Receiving, 2565 Plymouth Road, Ann Arbor, MI 48105 no later than four weeks after Purchase Order issuance. Implementation shall occur no later than 2 weeks after delivery. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the supplies and services offered to meet the Government's requirements and (2) Price. Offers shall provide sufficient detail to demonstrate that the supplies and services offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote. This clause may be found on the Internet at the following site: http://acquisition.gov/comp/far/index.html. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Offerors shall submit one (1) copy of its quotation no later than September 7, 2007 to the Contract Specialist, Annette Niedermier, via fax (734) 214-4569 or email: niedermier.annette@epa.gov. Questions or comments may be directed to the Contract Specialist, Annette Niedermier, at (734) 214-4217 or via e-mail.
 
Place of Performance
Address: U.S. EPA, National Vehicle and Fuel Emissions Laboratory (NVFEL), 2565 Plymouth Rd., Ann Arbor, MI
Zip Code: 48105
Country: UNITED STATES
 
Record
SN01389730-W 20070831/070829222511 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.