Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

59 -- Dell Equallogic PS6000X and Dell server Model NX1950

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
155ARW/LGC, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W9124309T0048
 
Response Due
9/12/2009
 
Archive Date
11/11/2009
 
Point of Contact
Jennifer Eloge, 4023097596
 
E-Mail Address
155ARW/LGC
(jennifer.eloge@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 being requested and a written solicitation will not be issued. The solicitation number, W91243-09-T-0048, is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2005-31. This is a small business disabled veterans set aside set-aside referencing NAICS code 334112 with a size standard of 1000 employees. ITEM 0001,Dell EqualLogic Model PS6000X Data storage device must meet the following requirements & specifications: Devices must be Joint Interoperability Test Command (JITC) certified Support 110-240 VAC + or 10% and 47-63 Hz frequency Operate within 40-95 degree temperature range Must be 19 EC Rack Compliant Utilize high speed SAS or SATA hard disk drives and support RAID 5, 10 & 50 configurations Ensure compatibility with existing legacy Network File Systems and iSCSI and fiber channel technologies Utilize dual controller with 4GB minimum battery backed cached memory technology Provide at least 6 terabyte (TB) capacity with expansion on demand capabilities Provide redundant, hot-swappable capabilities for controllers, disk drives, network adapters, power supplies and cooling fans Utilize automated technologies for monitoring enclosures, spare drive configuration and utilization, bad block replacement and overall system health Utilization of the latest, industry-standard new and emerging methods and technologies such as: intelligent storage array provisioning and virtualization and provide for scalability high performance availability and rapid recovery techniques collaborative peer storage architecture (i.e. all distributed storage array components and application resources function as peers) smart server management, security and data protection integration centralized, flexible and roles-base management and maintenance to include automated snapshot, backup techniques and remote management via HTTP/HTTPS, SNMP or telnet automated monitoring techniques to include notification and alerting capabilities and built-in load balancing, fault tolerance and fail over capabilities Support both internet protocol versions 4 and 6 (ipv4 or ipv6) Must be complete with all required software and licensing fees including but not limited to: Auto-Snapshot manager/Windows 2003 & 2008 and VMware editions, VMware Site Recovery Manager and Smart Copy for the following Microsoft products: SQL server, File server, SharePoint server & VMware ITEM 0002 a Dell NX1950 Gateway server Please see attached specifications 1. The following clauses are incorporated into this RFQ: 2. The following clauses are incorporated into this RFQ and will be incorporated into the resulting purchase order/delivery order/contract: DFARS 252-211-7003, Item Identification and Valuation (applies to line items for which the Governments unit acquisition cost is $5,000 or more) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses within 252.212-7001 incorporated as appropriate: 252.225-7001, Buy American Act and Balance of Payment Program 252.225-7036, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea with Alternate III 3. The full text of the above clauses may be found at http://www.arnet.gov or http://farsite.hill.af.mil. 4. Contractors shall include their CAGE Code, DUNS Number, and GSA contract number and expiration date, if applicable, in their quotation. 5. Quotes shall be effective through 30 September 2009 to be considered for award. If pricing will expire prior to that date, please indicate when pricing will expire and provide an updated quote as soon as new pricing is effective. The Government intends to award purchase orders/delivery orders/contracts if and when funds become available, up to and including 30 September 2009. 6. Contractors must have a current, active CCR registration to be eligible for award. Contractors must submit invoices electronically via Wide Area WorkFlow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their CCR profile. Provision 52.212-2, Evaluation -- Commercial Items applies to this RFQ and price is the specific evaluation criteria. All offerors will complete a copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. Numbered Note One (1) applies to this quotation. Offers are due 12 September 09 no later than 10:00 a.m. CST at the USPFO for Nebraska, 1234 Military Rd, Lincoln NE 68508. Offers may be mailed, faxed to 402-309-7549 or emailed to Jennifer.Eloge@us.army.mil. All responsible quotes will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25-1/W9124309T0048/listing.html)
 
Place of Performance
Address: 155ARW/CF 2420 West Butler Ave Lincoln NE
Zip Code: 68524
 
Record
SN01926758-W 20090828/090826235758-8c7f46b9c1a3459ab9387c8d9e6ac3a2 (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.