Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2011 FBO #3610
MODIFICATION

D -- Data Consolidation Parts - Revised Statement of Work (SOW) - Questions and Answers

Notice Date
10/11/2011
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL111RQ21376
 
Archive Date
11/4/2011
 
Point of Contact
Antoinette Ingram, Phone: 2026934582, Tova L Stein,
 
E-Mail Address
Ingram.Antoinette@dol.gov, stein.tova@dol.gov
(Ingram.Antoinette@dol.gov, stein.tova@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Vendor Questions and Answers. Revised statement of work (SOW) ****The purpose of this amendment, dated 11 Oct 2011, is as follows: A. Extend the solicitation due date, B. Upload a revised statement of work (SOW), C. Notifiy vendors to bid on all parts in the revised SOW. D. Upload vendor questions/answers. 1. The solicitation due date is hereby extended from 14 Oct 2011, Noon (est) to 20 Oct 2011, Noon (est). 2. A revised SOW, dated 18 Aug 2011 is hereby incorporated into subject solicitation. 3. Vendors are hereby notified to submit bids based on revised SOW. 4. Vendor questions/answers, dated 11 Oct 2011, are hereby added to subject solicitation. 5. All other terms and conditions remain unchanged.**** ---------------------------------------------------------------------------------------- *****The purpose of this modification is to extend the solicitation due date as follows: 1. Solicitation due date is hereby changed from 29 Sep 2011, Noon (est) to 14 Oct 2011, Noon (est). 2. All other terms and conditions remain unchanged. ***** This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12.6 and (FAR) Part 13 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm Fixed-price offers are requested under this Request for Quotation (RFQ). This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-52. The associated North American Industry Classification System (NAICS) Code is 423430. The small business size standard is 100 employees. REQUIREMENT: The U.S. Department of Labor Job Corp has a requirement for a Data Consolidation Project parts. Interested parties may submit quotes via email only no later than 29 Sep, 2011 at 12:00 P.M. Eastern Standard Time. Questions and other requests for information concerning this solicitation must be submitted to Antoinette Ingram via email at Antoinette.Ingram@dol.gov no later than noon 28 Sep, 2011. Submit quotes to Antoinette.Ingram@dol.gov. Phone calls will not be accepted. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference; Provision 52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 EO 11246; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52-217-9 Option to Extend the Term of the Contract. Quoters should include a completed copy of 52.212-3, Offeror Representations and Certifications/Commercial Items with their reply. The full text of the Federal Acquisition Regulation (FAR) may be accessed on the internet at http://farsite.hill.af.mil/vffara.htm Parties responding to this solicitation must include the following information: 1) Company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Duns number. The Government intends to award a contract to the eligible, responsible offeror whose quote conforms to the solicitation and provides the lowest price/technically acceptable requirement to the government. *** Please provide quotes ONLY for the separate attachment entitled, "Data Consolidation Performance Requirements" *** EVALUATION FACTORS Lowest Price/Technically Acceptable JOB CORPS DATA CENTER Statement of Work: Data Center Consolidation Project (Revised) 08/18/2011 STATEMENT OF WORK 1. Introduction In accordance with OMB requirements for consolidation and virtualization, the Job Corps Data Center is pursuing the opportunity to meet these goals by using energy efficient storage arrays to backend a virtualized computing environment. This project will allow Job Corps to collapse all existing production and development servers and applications on to more energy efficient storage arrays thus allowing the ability to scale virtualized resources to meet customer demands. 2. Background Through a nationwide network of campuses, Job Corps offers a comprehensive array of career development services to at-risk young women and men, ages 16 to 24, to prepare them for successful careers. Job Corps employs a holistic career development training approach which integrates the teaching of academic, vocational, employability skills and social competencies through a combination of classroom, practical and work based learning experiences to prepare youth for stable, long-term, high-paying jobs. There are 128 Job Corps centers and satellite centers located throughout the United States including Alaska, Hawaii and Puerto Rico. The Job Corps Local Area Networks (LANs) and Wide Area Network (WAN) supports approximately 65,000 users. The Job Corps Data Center (JCDC) technical staff is responsible for the design, development and deployment of Information Technology projects for Job Corps. The JCDC technical staff is responsible for defining the requirements for all IT equipment and will be responsible for configuration and deployment of the Storage Arrays into all production and development computing environments. Job Corps is in the process of enhancing a private cloud infrastructure that will support the Job Corps CDSS Suite of Applications, and consists of virtual servers, a unified fabric (Fibre Channel over Ethernet) and advanced shared storage. The goal of the private cloud is to provide a scalable computing environment that can expand and shrink in accordance with demand. This Statement of Work has been designed to address requirements defined by OMB in the Data Center Consolidation Program and meet the goals of the DCCP initiative. 3. Objective The objective of this project is to replace all non-energy efficient legacy storage arrays and to decrease the IT physical footprint in order to lower infrastructure cost in compliance with OMB mandates. This project will also enable Job Corps to give their students and staff more storage space for applications, data, and email. Management of these storage arrays shall be centralized and managed at the Job Corps Data Center in Austin, Texas. 4. Business Environment Integration and Configuration of the storage arrays will take place at the Job Corps Data Center in Austin, Texas. The Job Corps Data Center (JCDC) hours of operation are from 8:00 A.M. to 5:00 P.M. Monday through Friday, excluding federal holidays. All equipment deliveries to the JCDC must take place during normal business hours. Federal Holidays for 2011-2012 Monday, September 5, 2011 Labor Day Monday, October 10, 2011 Columbus Day Friday, November 11,2011 Veterans Day Thursday, November 24, 2011 Thanksgiving Day Monday, December 26, 2011 Christmas Day Monday, January 2, 2012 New Year's Day Monday, January 16, 2012 Birthday of Martin Luther King, Jr. Monday, February 20, 2012 Washington's Birthday Monday, May 28, 2012 Memorial Day Wednesday, July4, 2012 Independence Day 5. Minimum System Capabilities/Salient Characteristics STORAGE Below is a list of the minimum technical requirements for the system solution that is being sought by Job Corps. Job Corps requires two matching storage systems that meet the minimum storage system requirements indentified below: 1. The storage system must support drive spin-down, placing inactive disks in sleep-mode state with disk spin-up being initiated on demand for energy efficiency. 2. The storage system must be able to change between Redundant Array Independent Disk (RAID) types without application down time. 3. The storage system must offer virtual Logical Unit Number (LUN) capabilities that enable data to be migrated between LUNs of differing RAID types to minimize down time. 4. The storage system must support automatic storage tiering. The storage system must support the automated migration of data automatically between different disk types. 5. The storage system must segregate snap-shot data from production data for performance reasons. 6. The storage system must support Solid-State Drives (SSD). 7. The storage system must support Serial Attached SCSI (SAS) drives. SAS drives with 7200 and 15000-RPM speeds are required. 8. The storage system must support Fiber Channel over Ethernet. 9. The storage system must support 10GB network connectivity. 10. The storage system must support 4/8 GB Fiber Channel connectivity. 11. The storage system must offer compression with de-duplication. 12. The storage system must be scalable to at least one (1) Petabyte of usable disk space. 13. The storage system must support RAID types 0, 1, 10, 3, 5, 6. 14. The storage system must support Common Internet File System (CIFS) and Network File System (NFS) shares. 15. The storage system must be able to support quotas/user permissions on CIFS and NFS shares without the use of third party software. 16. The storage system must have "Call home" capabilities in order to support proactive storage system monitoring. 17. The storage system must be able to act as a Windows Active Directory Distributed File System (DFS) node or Windows Active Directory DFS root native to the array without the use of third party software. 18. The storage system must support quality of service at the LUN level. 19. The storage system must support block and file level replication between remote storage systems of the same type. 20. The storage systems hardware must contain no Single Points of Failure (SPOF). 21. The storage system must support the migration of online LUNs to different disk spindles. 22. The storage system must be able to provide trend analysis and reporting. 23. The storage system must be able to perform automated online application snapshots of Microsoft SharePoint, Microsoft SQL, and Microsoft Exchange without the use of third-party software. 24. The storage system must support thin provisioning. SECURITY APPLIANCES Two factor Authentication: 1. Each user must be assigned a unique authenticator (token) which generates a one-time password (OTP) every 60 seconds. The password must be generated from a complex algorithm, to reduce the risk (to the maximum extent practicable) unauthorized intrusion. 2. Must be built on the Advanced Encryption Standard (AES) algorithm 3. Must provide a wide range of authentication, including, but not limited to: hardware tokens; hybrid authenticators, software tokens, Short Message Service (SMS), Invisible User Authentication. 4. OTP authentication software must be delivered in a variety of ways, including, but not limited to: Appliance, Software, or other means. 5. OTP authentication software must include redundancy and failover. 6. Hardware tokens must have lifetime warranties. USB Token: 7. The USB must be a hybrid authenticator that acts as one master key, securing both remote access and critical data assets. 8. The USB must combine the portability OTP two-factor authentication with the power of a smart card in a convenient USB form factor. The requirement is to provide end users with a single device for authentication. 9. The USB Token must generate time-synchronous OTP for secure remote access, support certificates for disk encryption, authentication, and other applications, and strengthen simple password authentication by storing users' domain credentials on a hardened security device. 10. By inserting the USB Token into a USB port and entering their PIN, end users must be able to: a. Authenticate to the PC/laptop b. Unlock an encrypted hard drive c. Establish a secure network connection to a VPN or wireless access point d. Authenticate to the corporate domain e. Encrypt sensitive documents and files f. Sign and encrypt emails g. lock down or log off from their laptop by removing the authenticator from the USB port. INTRUSION PREVENTION SYSTEMS (IPS) /NETWORK ACCESS CONTROL(NAC) General Requirements 1. Must be a purpose built appliance and not based on commodity PC components. 2. Must combine Intrusion Prevention and Network Access Control prior to and post admission onto the network. Must block botnets, prevent: Denial of Service (DoS) attacks; SYN flood, Distributed Denial of Service (DDoS), and Trojans in a single purpose built device. 3. Must integrate with E-Policy Orchestrator (EPO). 4. Must share critical network and system information in real time. 5. Must include network, file, web, and email reputation services 6. Must accept vulnerability information. 7. Must be Internet Protocol version 6 (IPV6) capable with both protection and management. STANDALONE IPS SENSOR Standalone sensor must have the following capabilities: 1. Sensors must be capable of being deployed in an inline IPS configuration, a promiscuous IDS configuration, or both inline and promiscuous simultaneously. 2. Must support both IPv4 and IPv6 networks with a single Sensor for maximum deployment flexibility and lower total cost of ownership. 3. Must support a minimum of four (4) Gb interfaces. 4. Must support a minimum of two (2) 10Gb interfaces. 5. Must support redundant power supplies. 6. Must support a minimum performance of 4 Gbps of HTTP traffic. 7. IPS Sensor must be adaptive and be capable of providing zero-day attacks. FIREWALL and VPN APPLIANCE Require a modular device that supports both firewall and VPN capability. The proposed system must have at least one slot and the capability to add an IPS module. The proposed security appliance must have the following capabilities: 1. Support for a minimum of 5,000 IPSEC VPN peers 2. Support for a minimum of 375,000 concurrent VPN sessions 3. Support for a minimum VPN throughput of 300 Mbps 4. Support for a minimum of four (4) Gb ports 5. Minimum firewall throughput of 600 Mbps 6. Capability to support a minimum of 600 Mbps of IPS throughput 7. Must support a minimum of 25 security contexts. 8. Must support the following scalability features: a. Shared VPN licenses between multiple appliances b. Clustering capability c. Load Balancing d. Active-Active Configuration 9. Must support the following Authentication features: a. RADIUS with Password Expiry (MSCHAPv2) to NT LAN Manager (NTLM) b. RADIUS one-time password (OTP) support (state/reply message attributes) c. RSA SecurID d. Double authentication e. Active Directory/Kerberos f. Embedded Certificate Authority (CA) g. Digital Certificate / Smartcard h. LDAP with password expiry and aging i. Generic LDAP support j. Combined certificate and username/password multifactor authentication k. Internal domain password prompting for simplified single sign-on (SSO) l. SSL VPN virtual keyboard authentication for additional protection against keystroke loggers m. Policy mapping from RADIUS and LDAP n. Dynamic access policies directly use domain membership and posture status for creation of user policy. o. Computer Associates Siteminder p. RSA Access Manager (ClearTrust) 6. Data Center Consolidation Performance Requirements SECURITY QTY Firewall/VPN Appliance with all required software, High Availability license, 4GE+1FE, 3DES/AES License 1 Premium Shared VPN Server License - 2500 users 1 Firewall/VPN Appliance with all required software, High Availability license, 4GE+1FE, 3DES/AES License 3 OS Software for Firewall/VPN appliance 3 Premium Shared VPN Participant License 3 Maintenance 8X5XNBD with High Availability for Firewall/VPN Appliance 4 2GB Memory 4 Manager Software with - 50 Device License to include Crypto 1 Appropriate OS software for Security Management System 1 Base IPS Chassis with Redundant Power and 1 4-port NIC with Bypass Capability 1 8X5 NBD Maintenance for IPS Sensor 1 Appropriate Software for IPS Sensor 1 Token Security Appliances Token Appliances 4 Token SOFTWARE LICS PER U F/ QTY 755-1500 925 4MO MNT SECCRE EXT F/SECID APL ENT ED F/PER U F/ 755-1500 925 3YR Battery SECURID AUTHENTICATOR F/755-1500 925 IPS/NAC IPS Sensor 138 NAC Module w/ 1st yr support 138 IPS/NAC Network Management Device 1 Network Management 1st yr support 1 Turn-Key Deployment, 3 weeks, 60 hours of SME, 60 hours of Architect 1 NAC Module yr 2 support 138 NAC Module yr 3 support 138 IPS/NAC Network Management yr 2 support 1 IPS/NAC Network Management yr 3 support 1 IPS Sensor 3 yrs support 138 Maintenance for Platinum End Point Protection, Application White Listing, Total Protection for Server Yrs 2-3 1 Unified Storage Solution: Primary Site Hardware Storage array for unified support of file and block storage needs; includes service processor supporting 4, 6Gps SAS backend channels. 1 SAS Disk Drive: 2TB Capacity 7200RPM 6GB 3.5" Rotating 260 SAS Disk Drive: 600GB Capacity 15000RPM 520BPS 6GB 3.5" Rotating 248 SAS Disk Drive: 200GB Capacity 6GB 3.5" SAS Solid State Flash 26 SAS Disk Drive Vault Pack: 300GB Capacity 15000RPM 6GB 3.5" SAS Rotating 1 SAS Disk Drive for Cache Expansion: 200GB 6GB 3.5" SAS Solid State Flash 11 Primary disk array enclosure for 3.5" 6GB SAS Drives 2 Disk array enclosure for 3.5" 6GB SAS Drives 35 Standby power supply for protecting array in the case of power outages and for destaging cache data to disk 1 40U rack to house the disk storage system components 4 Primary control station for disk array 1 Secondary control station for disk array 1 Integrated hardware module/blade to store, access, and manage file data using licensed file access protocols 1 Enclosure for file access devices 1 Enclosure for file access devices with fibre channel service line card 1 IP I/O module with four 10/100/1000 BaseT ports with RJ45 copper connections to Cat6 cabling to an ethernet switch 3 IP I/O module with two 10Gbps ethernet ports with SFP+ optical connections 6 Cables: 1-Pair 10M Mini SAS to Mini-SAS 3 Cables: 1-Pair 8M Mini SAS HD to Mini-SAS 6 Twist-Lock power cord set for cabinet 4 Documentation Kit for Storage Solution 1 Fibre Channel I/O module pair with four 2/4/8 Gbps optical connections 2 FCoE I/O module pair with two 10Gbps ethernet ports with Twinax copper connections 2 Highly available appliances to effectively and efficiently run the software capability providing local continuous data protection for any-point-in-time recovery of production applications with minimal data exposure and remote data protection. 2 Software Licenses for: Capability to manage point-in-time replication technologies through a centralized management console, and coordinate the entire data replication process-from discovery and configuration to the management of multiple application consistent disk-based replicas. 1 Capability to provide data protection management that automates monitoring, analysis, alerting, and reporting across backup, replication, and virtual environments. 1 Capability to easily manage the unified storage array, including the ability to: discover, monitor, and configure all proposed storage systems; gain quick access to online support tools; automate storage provisioning using best-practice wizards; use an intuitive, context-based approach to configure storage, create replicas, and monitor the environment; manage critical status changes proactively; and present system users with information automatically in context of how they manage the storage system. 1 Capability to access file data using file access protocols: CIFS and FTP. 2 Capability to access file data using file access protocols: NFS, MPFS, and pNFS. 2 Capability to provide any-point-in-time recovery of production applications with minimal data exposure, and to use copies of production data for development, testing, reporting, and other tasks. 1 Capability to provide block and file data replication for disaster recovery protection of any host and any application, with immediate DVR-like recovery to any point in time. 1 Capability to improve performance, boosts storage efficiency, and lowers costs by automatically tiering and serving data from the most cost-effective drive type. 1 Capability to protect data from unwanted changes and other actions by encrypting data where created and protect it anywhere outside the server; includes support for file-level retention compliance. 1 Capability to provide automated application consistent copies of Exchange, SQL Server, SharePoint, and Oracle for assured recovery, with alerts for recovery gaps and prove protection policy compliance. 1 Capability to use the storage system operating system. 1 Capability to use the storage system operating system for the proposed capacity. 520 Capability to use the storage system operating system for the proposed performance capabilities 154 Capability to recover lost, deleted and archived e-mail messages, mailboxes or entire EDB files without running the Exchange server for up to 20,000 mailboxes. 1 Warranty & Maintenance Support 3-Year, 7x24 Hardware Warranty and Maintenance Support for all proposed hardware, including: secure remote site system status monitoring, 4-hr on-site response objective for hardware replacements, installation of replacement parts, installation of platform operating system updates, root-cause analysis, cooperative support escalation process, critical case escalation management, access to secure site with self-help service tools, knowledgebase, forums and software updates. 1 3-Year, 7x24 Software Support for each software item 1 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Unified Storage Solution: Government Disaster Recovery Site Hardware Storage array for unified support of file and block storage needs; includes service processor supporting 4, 6Gps SAS backend channels. 1 SAS Disk Drive: 2TB Capacity 7200RPM 6GB 3.5" Rotating 260 SAS Disk Drive: 600GB Capacity 15000RPM 520BPS 6GB 3.5" Rotating 248 SAS Disk Drive: 200GB Capacity 6GB 3.5" SAS Solid State Flash 26 SAS Disk Drive Vault Pack: 300GB Capacity 15000RPM 6GB 3.5" SAS Rotating 1 SAS Disk Drive for Cache Expansion: 200GB 6GB 3.5" SAS Solid State Flash 11 Primary disk array enclosure for 3.5" 6GB SAS Drives 2 Disk array enclosure for 3.5" 6GB SAS Drives 35 Standby power supply for protecting array in the case of power outages and for destaging cache data to disk 1 40U rack to house the disk storage system components 4 Primary control station for disk array 1 Secondary control station for disk array 1 Integrated hardware module/blade to store, access, and manage file data using licensed file access protocols 1 Enclosure for file access devices 1 Enclosure for file access devices with fibre channel service line card 1 IP I/O module with four 10/100/1000 BaseT ports with RJ45 copper connections to Cat6 cabling to an ethernet switch 3 IP I/O module with two 10Gbps ethernet ports with SFP+ opical connections 6 Cables: 1-Pair 10M Mini SAS to Mini-SAS 3 Cables: 1-Pair 8M Mini SAS HD to Mini-SAS 6 Twist-Lock power cord set for cabinet 4 Documentation Kit for Storage Solution 1 Fibre Channel I/O module pair with four 2/4/8 Gbps optical connections 2 FCoE I/O module pair with two 10Gbps ethernet ports with Twinax copper connections 2 Highly available appliances to effectively and efficiently run the software capability providing local continuous data protection for any-point-in-time recovery of production applications with minimal data exposure and remote data protection. 2 Software Licenses for: Capability to manage point-in-time replication technologies through a centralized management console, and coordinate the entire data replication process-from discovery and configuration to the management of multiple application consistent disk-based replicas. 1 Capability to provide data protection management that automates monitoring, analysis, alerting, and reporting across backup, replication, and virtual environments. 1 Capability to easily manage the unified storage array, including the ability to: discover, monitor, and configure all proposed storage systems; gain quick access to online support tools; automate storage provisioning using best-practice wizards; use an intuitive, context-based approach to configure storage, create replicas, and monitor the environment; manage critical status changes proactively; and present system users with information automatically in context of how they manage the storage system. 1 Capability to access file data using file access protocols: NFS, CIPS, MPFS, and pNFS 2 Capability to provide any-point-in-time recovery of production applications with minimal data exposure, and to use copies of production data for development, testing, reporting, and other tasks. 1 Capability to provide block and file data replication for disaster recovery protection of any host and any application, with immediate DVR-like recovery to any point in time. 1 Capability to improve performance, boosts storage efficiency, and lowers costs by automatically tiering and serving data from the most cost-effective drive type. 1 Capability to protect data from unwanted changes and other actions by encrypting data where created and protect it anywhere outside the server; includes support for file-level retention compliance. 1 Capability to provide automated application consistent copies of Exchange, SQL Server, SharePoint, and Oracle for assured recovery, with alerts for recovery gaps and prove protection policy compliance. 1 Capability to use the storage system operating system. 1 Capability to use the storage system operating system for the proposed capacity. 520 Capability to use the storage system operating system for the proposed performance capabilities 154 2 Warranty & Maintenance Support 3-Year, 7x24 Hardware Warranty and Maintenance Support for all proposed hardware, including: secure remote site system status monitoring, 4-hr on-site response objective for hardware replacements, installation of replacement parts, installation of platform operating system updates, root-cause analysis, cooperative support escalation process, critical case escalation management, access to secure site with self-help service tools, knowledgebase, forums and software updates. 1 3-Year, 7x24 Software Support for each software item 1 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ SAN Server Multi-Pathing/Load-Balancing Software Capability to automatically tune SAN connectivity and enhance SAN performance and application availability by providing integrated multi-pathing management, automatic load balancing, path failover, dynamic re-configuration administration, and automatic I/O path failure detection with centralized management for 1, 2-CPU VMware server. 2 Capability to automatically tune SAN connectivity and enhance SAN performance and application availability by providing integrated multi-pathing management, automatic load balancing, path failover, dynamic re-configuration administration, and automatic I/O path failure detection with centralized management for 1, 16-CPU AIX Server. 16 Capability to automatically tune SAN connectivity and enhance SAN performance and application availability by providing integrated multi-pathing management, automatic load balancing, path failover, dynamic re-configuration administration, and automatic I/O path failure detection with centralized management for 12, 4-CPU Windows X86 Servers. 48 Warranty & Maintenance Support 3-Year, 7x24 Software Support for each software item 1 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Professional & Educational Services Education subscription service that provides one individual access to an array of storage product related training options (including instructor-led classroom, on-line & video based, as well as web-based) for 1 year from date of purchase 2 Pass to Storage Vendor's Annual Technical Conference 2 Fixed-price custom Professional Services engagement to design, install, configure, implement, test, and ensure operational-readiness of the capabilities of the proposed storage solution. This includes the migration of up to 3TB of existing block data and up to 25TB of existing NAS data to the new storage environment. It also includes providing full knowledge transfer to the Job Corps technical staff of the implemented capability, complete system documentation, and system turnover. 1 Fixed-price custom Professional Services engagement to design, install, configure, implement, test, and ensure operational-readiness of the remote data replication capability associated with the proposed storage solution 1 Fixed-price Professional Services engagement to installs and configure the SAN server multi-pathing software on one Job Corp host server. The Job Corps' host server can have up to two host bus adapters installed. 10 7. Shipping and Logistics • The Vendor shall use the lowest cost shipping method to deliver the equipment to the JCDC in Austin, Texas. • The Vendor shall ensure that all delivery vehicles have a lift gate capability. The JCDC does not have a standard loading dock. Palletized shipments will need to be lowered from the delivery vehicle to the deck. • The Vendor shall ensure that the delivery vehicles have a pallet jack. • The Vendor shall ensure that deliveries are made inside to the location specified by the JCDC receiving official. • The Vendor shall schedule deliveries to the JCDC between 8:00.A.M. and 5:00 P.M., adjusting for the local time zone, Monday through Friday, excluding Federal Holidays. • The Vendor shall ensure that all required equipment and accessories are onsite prior to the arrival of the technician. • The Vendor shall insure all equipment for the full value for shipment. • The Vendor shall be responsible for replacing any equipment damaged during shipment or equipment that arrives Dead on Arrival (DOA). • The Vendor shall notify the JCDC Property Officer and/or Point of Contact by telephone and/or email of pending shipments at least 48hours prior to the arrival of the shipment. A list of contacts will be provided after award. 8. Special Requirements The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows http://csrc.nist.gov/itsec/guidance_WinXP.htmlWindows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see: html, and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default "program files" directory and should be able to silently install and uninstall. Applications designed for normal end users shall run in the standard user context without elevated system administration privileges." All systems provided under this Statement of Work must be capable of supporting IPv4 and IPv6 protocols. All desktops, laptops, and computer monitors provided under this contract are required to have achieved Bronze registration or higher under the Electronic Products Environmental Assessment Tool (EPEAT). EPEAT is a procurement tool designed to help large volume purchasers evaluate, compare, and select desktop computers, laptops, and monitors based upon their environmental attributes as specified in the consensus-based IEEE Standard for the Environmental Assessment of Personal Computer Products (1680). Additional consideration will be provided for products that have achieved EPEAT Silver or EPEAT Gold registration. The registration criteria and a list of all registered equipment are provided at http://www.epeat.net. 9. Compliance with Nondiscrimination and Equal Opportunity Laws The assurance at 29 CFR 37.20(a)(1) is incorporated by reference into this contract. The assurance provides that the contractor will comply fully with the nondiscrimination and equal opportunity provisions of the following statutes: Section 188 of the Workforce Investment Act of 1998 (WIA), which prohibits discrimination against all individuals in the United States on the basis of race, color, religion, sex, national origin, age, disability, or political affiliation or belief, and against beneficiaries on the basis of either citizenship/status as a lawfully admitted immigrant authorized to work in the United States or participation in any WIA Title I-financially assisted program or activity; Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination on the bases of race, color and national origin; Section 504 of the Rehabilitation Act of 1964, as amended, which prohibits discrimination against qualified individuals with disabilities; The Age Discrimination Act of 1975, as amended, which prohibits discrimination on the basis of age; and Title IX of the Education Amendments of 1972, as amended, which prohibits discrimination on the basis of sex in educational programs. The contractor also assures that it will comply with 29 CFR part 37 and all other regulations implementing the statutes listed above. This assurance applies to the contractor's operation of, or provision of services to, a Job Corps Center, program or activity, and to all subcontracts entered into by the contractor to carry out the Job Corps program or activity, or its operation of the Center. The contractor understands that the United States has the right to seek judicial enforcement of this assurance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL111RQ21376/listing.html)
 
Place of Performance
Address: Job Corps, 1627 Woodland Ave., Austin, TX 78748, Austin, Texas, 78748, United States
Zip Code: 78748
 
Record
SN02605333-W 20111013/111011234256-795cde238e5133817bb063b1ccb31e10 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.