Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

70 -- IBM COMPATIABLE S-390 CMOS SERVERS WITH RELATED ITEMS SOL RFP689553 DUE 032498 POC Glenn W. Armfield (202) 324-3309 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 additonal information included in this notice. This announcement consitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 689553 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-02. The standard industrial calssification code is 5045 and the small business size standard is 500. All of following requirements must be met by each Offeror to be responsive and responsible to this solicitation: The two S-390 Complementary Metal-Oxide Semiconductor (CMOS) Servers will be coupled to operate in a parallel sysplex environment. The proposed systems must include two standalone coupling facility's that operate and function in conjunction with the following software and functional requirements. Each Offeror is responsible for providing technical and costing data. Only new manufactured machines are acceptable. All equipment shall be delivered with a one year warranty. Sysplex Software Requirements: Sysplex Software shall have: a) A CICS Transaction Server feature for OS 390, specifically for the MVS logging feature; b) Interconnected CICS regions in the sysplex (i.e., CICSplex) with VSAM record-level sharing (RLS) capability; c) A coupling facility that must support and be fully operational in a CICS VSAM RLS environment; d) Support for a cross-system coupling facility (XCF) Messaging for JES2; and e) Support for the DB2 data sharing function. Server Requirements: Each of the two 3-way CMOS servers, shall have: a) A minimum capacity rating 2.25 times that of an Amdahl Model 5890-600E; b) A minimum of 42 parallel channels; c) A minimum of 60 ESCON fiber optic channels; d) The capability to support six Coupling Links, each rated at least 100 MB/s; e) A minimum 2 GB of memory; f) Two Token Ring/Ethernet open systems adapters, directly attaching to Ethernet or Token Ring LANs; g) One FDDI open systems adapter; h) One open systems Asynchronous Transfer Mode (ATM) connection port; and I) Two sysplex timer ports. The Offeror should provide availability and proper documentation for all Server requirements. Sysplex Timers: The Offeror shall provide two sysplex timers configured to provide automatic redundant backup. The Offeror shall provide availability and proper documentation for all Sysplex Timer requirements. Coupling Facility: Each Coupling Facility shall: a) Include an one-way CMOS processor of the same generation and technology level as the proposed servers; b) Have a minimum of 512 MB of memory; c) Have a minimum of six coupling links, each rated at least 100 MB/s; and d) Support the coupling facility control code functionality of "CFLEVEL=2" as required for VSAM record-level sharing. The Offeror shall provide availability and proper documentation for all Coupling Facility requirements. Year 2000 Issues: All of the hardware (i.e., servers, coupling facilities and sysplex timers) and software (i.e., microcode) proposed by each Offeror must be certified to be Year 2000 compliant. Delivery and Installation: a) The Offeror shall deliver the equipment FOB Destination, Federal Bureau of Investigation, Room 1333E, 935 Pennsylvania Avenue, N.W., Washington, D.C. 20535-0001 within 30-days ARO. b) The Offeror shall install all equipment within one week after delivery. c) The Offeror shall allow for a 14-day Performance Period before the 30-day Acceptance Test can begin. d) The Offeror shall allow for a 30-day Acceptance Test before the Government will accept Offeror invoices for payment. Maintenance Support Requirements: a) The Offeror shall provide on-call maintenance support with a one hour response time during the Principal Period of Maintenance (PPM), which is 24-hours-a-day, seven-days-a-week. b) The Offeror shall keep an ample supply of critical parts on site. c) The Offeror shall have local service personnel available and back-up resources. All personnel assigned to the FBI account must possess a current TOP SECRET security clearance. d) The Offeror shall provide monthly costs for four years or 48 months of hardware maintenance (60 months total contract life, subtracting 12 months for the initial warranty coverage). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition without addenda. The provisions at FAR 52.212-2, Evaluation-Commercial Items, apply to this acquisition. The evaluation criteria for this solicitation will consist of Technical Approach of offered equipment to meet agency requirements, Cost and Past Performance considered. The Offeror shall provide (3) three references, preferably Government, that have similar or like equipment installed, and operating in a production environment. For evaluation purposes Technical Approach and past performance, when combined, are equal to price. It should be noted that the Contracting Officer has the right to award a contract based upon initial submission of proposals when it can be determined that there are no unresolved technical issues and proposed cost/price is fair and reasonable. All offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its proposal. Along with the required information in this clause the offeror shall provide its Dunns Number. If a copy of this clause is unavailable to offeror one may be requested by faxing a request to the above POC at Fax Number (202) 324-3104. The provisions of FAR 52.212-4, Contract Terms and Conditions -- Commerical Items, applies to this acquisition. The provisions of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquistion along with the following additional FAR clauses; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietman Era Vererans, 52.222-36, Affirmative Action for Handicapped Workers, 52.225-3, Buy American Act-Supplies, 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, 52.222-41, Service Contract Act of 1965, As amended, 52.217-8, Option to Extend Services and 52.217-9, Option to Extend the Term of the Contract. As stated above all equipment must be delivered with a one year warranty. The 48 months of follow on maintenance shall be proposed as options on a yearly basis. Proposals in response to this combined synopsis/solicitation shall be submitted by 12:00 Noon, local time, March 24, 1998, to the following address: Federal Bureau of Investigation, Attn: Glenn W. Armfield, Room 8504, 935 Pennsylvania Avenue, N.W., Washington, D. C. 20535-0001, Phone Number (202) 324-3309. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0386 19980225\70-0006.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page