Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426

Deputy Chief of Staff for Contracting, US Army Space Command, Attn: MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749

70 -- MASS STORAGE UNITS SOL DASG62-99-B-0001/DASG62-99-R-0007 DUE 091099 POC Chris Romero (719) 554-8837 or Janet Schwarzbart (719) 554-8824 E-MAIL: click here to contact the contract specialist via, romeroc@arspace.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation, 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. This solicitation is reissued as Request for Proposal (RFP) Number DASG62-99-R-0007 and is 100% set aside for small business. (Please Note: For reference purposes, the previous solicitation number was DASG62-99-B-0001.) This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. The Standard Industrial Classification Number is 3572, and the Business Size Standard is 1,000 employees. DESCRIPTION: The following specifications are issued as Brand Name or equal specifications, and set forth the Government's minimum requirements. With that, the term "or equal" is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall provide equipment, which shall consist of Direct Data Storage, Inc. (DDS) or equivalent Mass Storage RAID, LVD SCSI Cards, with 36GB Hot swappable hard drives, and 300-Watt Power Supply RAID. All part numbers (P/N) set forth below are DDS part numbers. DDS' website and address is: http://www.harddisk.com/bin/raid/32bay_temp.html; 2438 30th Street, Boulder, CO 80301, (V) 303-530-1800/(F) 303-530-1863. The following specifications and salient characteristics represent the Government's minimum requirements. Offerors shall structure their proposal to include pricing at the CLIN level: CONTRACT LINE ITEM (CLIN) 0001: 32-Bay Tower RAID Solution, Quantity of two each, consisting of the following features: 1) Six channel Ultra 2 LVD RAID Controller with RAID Levels 0, 1, 0+1, 3, 5 & JBOD, AMD 5X86 133 MHz onboard CPU, 64 MB EDO cache (expandable to 128MB), Up to 80 MB per second per channel; 2) Sensor panels that monitor and display, with voltage and temperature of controller, status of physical and logical drives, status of power supplies, status of fans and built-in audible alarm; 3) Hot-Swappable, with a quantity of thirty-two 3.5" Ultra2 LVD Disk Drives, a quantity of four Redundant power supplies, and a quantity of eight 80mm ball bearing fans; 4) All SCSI channels configurable as host or drive, supports up to eight logical drives with thirty-two LUN's per SCSI ID, multiple SCSI ID's supported; 5) Power and cooling, with a quantity of four hot-swap, 300 watt power supplies, 115/230 VAC, 47 to 63Hz each, and a quantity of eight hot-swap, 80mm ball bearing fans, 51 CFM each; 9) Physical dimensions shall be a depth of 22", width of 22", height of 40.5" and weight of approximately 240 lbs. DDS Model# DDS1152U2W-T with an 1116GB capacity for RAID level 5. Total capacity shall be 2232GB (2.2TB), or equivalent. RAID system shall be preconfigured with three partitions per each 1116GB tower for a total of six partitions. System shall be compliant with SUN Solaris version 2.6 and above (NFS) Network File System. RAID is to be installed on-site with all cables and one P0068 -- PCI (LVD) Low Voltage Differential Fast Wide 68 pin SCSI card. The RAID shall be installed on and shall be fully compatible with a SUN Ultra 60 computer system. CLIN 0002: One each spare 36GB hot swappable drive w/sled (Removable Drive Tray) RAID-HS36SCAS, or equivalent. CLIN 0003: One each spare 300 watt power supply RAID-PS300S, or equivalent. CLIN 0004: Warranty on all items shall be standard commercial warranty of at least one (1) year, hot-swap warranty. One year of telephonic technical support required during normal duty hours, 0730-1630, local time. Note: Delivery for all CLIN's shall be FOB Destination. All items included under CLIN 1 and CLIN 2 shall be factory installed and fully integrated. Products offered under the terms of a Federal Supply Schedule contract shall be so stated, to include GSA contractnumber and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's proposal. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical capabilities set forth herein, and shall clearly articulate how all requirements, to include warranty, will be met. Catalog cuts and other information required to substantiate the offeror's claims shall be provided with the offeror's proposal. See in this respect DFARS 252.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination no later than 29 October 1999, which presumes contract award no later than 17 September 1999. Delivery/Acceptance point is HQ US Army Space Command, 1670 N. Newport Road, Colorado Springs, Colorado 80916. Government workdays are Monday through Friday between the hours of 0730 and 1630 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers -- Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Award is anticipated no later than 17 September 1999. All such responses will be evaluated IAW FAR 52.212-2, Evaluation -- Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability -- ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule -- ability to meet or exceed required delivery dates; (3) Past Performance -- ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price most advantageous price considering all other factors. Evaluation Criteria are listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. The Offeror shall clearly state how he proposes to meet all of the terms set forth herein, to include warranty, technical support and delivery. Offerors that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 references to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, contracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b) and FAR 52.219-6, Notice of Total Small Business Set-Aside. Failure to submit the information set forth herein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. See www.arnet.gov/far for access to FAR clauses. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 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. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data -- Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-AR-CM, 1670 N. Newport Rd, Colorado Springs, Colorado 80916. All proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile, however, it is the responsibility of the Offeror to ensure receipt -- see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 2:00 PM MT, 10 September 1999. The point of contact for all information regarding this acquisition is Chris Romero at (719) 554-8837, fax (719) 554-8838 or e-mail at romeroc@arspace.army.mil. Posted 09/02/99 (W-SN375765). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0413 19990907\70-0021.SOL)


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