Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

70 -- RECOVERY Xiotech 7000 Storage Area Network or Equal - solution must be capable of storing data such as general files, print files and database files used by all of the approximate 600 users in the NPS Alameda and Academy Place locations

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
Q25510962B1
 
Response Due
9/21/2009
 
Archive Date
9/17/2010
 
Point of Contact
Heather N Madsen Contract Specialist 3039876718 Heather_Madsen@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY This is modification 002 to Q25510962B1, due to a system failure modification 001 did not transmit into FedBixOps as intended. As such the NPS is issuing said modification to provide additional instructions on obtaining the listing of system salient characteristics and parts listing. This solicitation modification is hereby issued to inform interested parties to contact Heather Madsen at Heather_madsen@nps.gov and the attachment information will be e-mailed separately. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, 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 Q2551096201. The solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. It is the vendor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed at http://www.arnet.gov/far and http://www.ios.doi.gov. The following FAR clauses and provisions are applicable to this procurement: 52.212-152.212-3 (https://orca.bpn.gov/)52.212-452.212-552.235-0152.232-3352.239-01 This solicitation is set-aside for Small Business Concerns. The associated NAICS code for this solicitation is 334112 - Computer Storage Device Manufacturing (size standard: 1000 Employees). Quotes are to be submitted electronically to Heather Madsen at heather_madsen@nps.gov. For information regarding this solicitation, please contact Heather Madsen via email at heather_madsen@nps.gov, Telephone at (303) 987-6718. Xiotech 7000 Storage Area Network or Equal - solution must be capable of storing data such as general files, print files and database files used by all of the approximate 600 users in the NPS Alameda and Academy Place locations and some service wide applications. 1. One (1) each, XioTech 7000 Storage Area Network or Equal: 800865-000, Description: Emprise 7000 Hardware Package w/ ICONAppliance Emprise 7000 Hardware Package w/ ICON Appliance includes 2 Model 7000 storage controllers, 4 x 4-Gbs Host Fibre Channelinterfaces, Storage Fabric, and 1 ICON appliance. Supports up to 5 ISE. Requires Platform Software Package for Emprise 7000. StorageFabric Expansion required for additional ISE. Includes power cords for 220V PDU (3 Ethernet and 2 FC).See Attachment One "System Requirements" for a detailed description of required procurement components2. One (1) each, Software - Emprise, 800877-001, Description: Platform Software Package for Emprise 7000 Platform Software Package forEmprise 7000 includes Emprise 7000 Platform Manager with support for clustered Emprise 7000 controllers, Intelligent Storage Element,storage administration, system management, and auxiliary software. Software package Includes ICON Manager software. TimeScale Copy forEmprise 7000 TimeScale Copy includes enablement license for TimeScale Copy feature for a single Emprise 7000 system. TimeScaleGeoRAID for Emprise 7000 TimeScale Copy includes enablement license for TimeScale Copy feature for a single Emprise 7000 system.TimeScale GeoRAID for Emprise 7000 TimeScale GeoRAID includes enablement license for TimeScale GeoRAID feature for a single Emprise7000 system. TimeScale GeoReplication for Emprise 7000 TimeScale GeoReplication includes enablement license for TimeScaleGeoReplication feature for a single Emprise 7000 system.3. One (1) each, Professional Services - Installation/Consulting/Staff: 020002-000, Description: Block Time: 8 hours Assistance for up to eighthours Data Migration: Magnitude to Magnitude 3D A Statement of Work may be found at http://www.xiotech.com/PSM23DDMv002 and isincluded here by reference. This charge is per Magnitude to be migrated plus a charge for each server being transferred to the other magnitude.Emprise 7000 - Additional ISE at Initial Installation Emprise 7000 - Installation Xiotech installation of one Emprise 7000 Hardware Package.Includes also installation of up to 8 Intelligent Storage Elements (ISE) for Emprise 7000 and installation of up to 16 DataPacs for ISE at time ofEmprise 7000 Hardware Package installation. A Statement of Work may be found at http://www.xiotech.com/PSE7KIv001 and is included hereby reference. Temporary Key: Geo-Replication 30-Day Key This activates Geo-Replication for a period of 30 days on a single system for use indata migrations4. One (1) each, Training: Description: Any onsite training necessary to operate the proposed SAN System Additional Instructions to Offerors:1. Must be an authorized reseller of the brand being proposed. Must be able to provided authorized reseller certification upon request.2. Proposed Solution must be compatible with the existing NISC IT environment; product currently in place is the XioTech 4000 SAN.3. No refurbished products/equipment will be considered.4. All proposed solutions must be accompanied with a listing of salient characertistics. Delivery shall be 60 days after receipt of order, FOB Destination. This shipping address is 12795 W. alameda Pkwy, Lakewood, Colorado80228-0287 This announcement will close on Monday, September 21, 2009 at 5:00 p.m. EST. FAR 52.212-2 Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on lowest price technically acceptable. Technical acceptability shall be evaluated based upon the contractor's ability to comply with all requirements stated in this solicitation. Central Contractor Registration (CCR). Vendors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, and payment terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q25510962B1/listing.html)
 
Place of Performance
Address: Lakewood, Colorado
Zip Code: 802280287
 
Record
SN01959168-W 20090919/090918000336-6dc3e78962be4978cf57c51e1a6a3e9b (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.