Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

70 -- TAPE LIBRARIES

Notice Date
11/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
BLM OR-STATE OFC PROC MGT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L10PS01674
 
Response Due
11/19/2009
 
Archive Date
12/19/2009
 
Point of Contact
Del Prete, Anthony 503-808-6220, adelpret@blm.gov
 
E-Mail Address
Del Prete, Anthony
(adelpret@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This Solicitation L10PS01674, is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-37. All responsible sources may submit a quote which will be considered. NAICS code is 423430; size standard of 100 employees. This solicitation is set aside for total small business concerns. This will be a firm fixed-price contract for the Bureau of Land Management, 333 S.W. 1st Avenue, Portland, OR. This solicitation has two line items. SUPPLY AND DELIVER: 1) Quantity 2: 6 Drive Libraries delivered to the Bureau of Land Management, 14015 N.E. Airport Way, Portland, OR 97230. SPECIFICATIONS:i. Tape Library shall contain 6 Linear Tape-Open (LTO)-4, full height, fibre Channel Drives, Hot Swappable drivesii.4GB interface Fibre Channeliii.90 slots minimum with capability to expand up to 120 maximumiv.Capacity 80TB (160TB compressed) minimum with capability to expand to 96TB (320TB compressed) maximumv.Transfer Rate: 2.6TB per hourvi.250,000 power-on hours Mean Time Between Failures (MTBF)vii.Redundant power supplyviii.Built-in Encryptionix.Barcode scannerx.Rack mountable 16u or smallerxi.No Refurbished parts or drivesxii.Manufacture authorized partsxiii.Connection shall be to a pin interface of a 4GB SAN switch (Small Form-Factor Pluggable (SFP) to Gigabit Interface Converter (GBIC))xiv.30 feet of Fiber cables (Lucent Connector (LC) to Lucent Connector (LC)) for each drivexv.Work with Linux Red Hat, Linux SUSE and Symantec Veritas version 6.5.1Axvi.Shall be managed and supported from a remote location using a single console or web interface. Prefer a centralized interface to manage multiple libraries at once.xvii.User Installable defined as: the units can be installed by level 2 System Administratorxviii.Easy to use and support by a level 2 System Administratorxix.The tape library shall include 3 years, 5 days a week during local business hours (9 hours) Pacific time maintenance with Next Day arrival on-site for parts and labor 2)Quantity 5: 2 Drive Libraries delivered to the Bureau of Land Management, 14015 N.E. Airport Way, Portland, OR 97230. SPECIFICATIONS:i.Tape Library shall contain 2 Small Computer System Interface (SCSI) Linear Tape-Open (LTO)-4, half height, SCSI Drives with the capability to contain 4 SCSI LTO-4 half height drives totalii.40 slots minimum with capability to expand up to 50 slots maximumiii.Capacity 25TB minimum up to 80TB compressed maximumiv.Transfer Rate: 864GB per hour 1,728GB per hour compressedv.500,000 Power-on hours Mean Time Between Failures (MTBF)vi.Built-in Encryptionvii.Barcode scannerviii.Rack mountable 8u or smallerix.No Refurbished parts or drivesx.Manufacture authorized partsxi.Connection shall be to a pin interface of a Very High Density Cable Interconnect (VHDCI)xii.15-foot SCSI cables one per drive to connect from unit to IBM 3650 Serverxiii.Shall be managed and supported from a remote location using a single console or web interface. Prefer a centralized interface to manage multiple libraries at once.xiv. The tape library shall include 3 years, 5 days a week during local business hours (9 hours) Pacific time maintenance with Next Day arrival on-site for parts and laborxv.User Installable defined as: the units can be installed by level 2 System Administratorxvi.Easy to use and support by a level 2 System Administratorxvii.Work with Windows 2003 64-bit operating system, Windows 2008 and Symantec Veritas version 6.5.1A EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government based on price and past performance. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. QUOTATIONS SHALL INCLUDE: 1) Unit price per item and Total Amount; 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below)3) Quoters shall submit signed and dated quotes on letterhead stationary or SF-1449. SHIPPING AND DELIVERY:Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the Bureau of Land Management, 14015 N.E. Airport Way, Portland, OR 97230. Tape Libraries shall not be delivered on Saturday, Sunday, or federal holidays. ACCEPTANCE: Final inspection and acceptance of Tape Libraries will be made by the Government at the place of delivery. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: FAR provision 52.212-3 is available at: http://acquisition.gov/far/current/html/FARTOCP52.html#wp340130. Oferror Representations and Certifications - Commercial Items. Offerors shall submit signed and dated offers, either on a SF1449 or letterhead stationary. Identify payment discount terms. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS:52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number52.212-1 Instruction to Offerors - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, 52.219-6, 52.2l9-8, 52.219-14, 52.222-19, 52.222-20, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-29, 52.232-33. 52.252-02 Clauses Incorporated By Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.htm. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. local time on or before November 19, 2009. FAX quotes will be accepted at 503-808-6312. For questions contact Anthony Del Prete at 503-808-6220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L10PS01674/listing.html)
 
Record
SN01999214-W 20091107/091106000226-e6c9a8d767d9ff4d867199ae2b8ba412 (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.