Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

D -- Hitachi DASD Maintenance Agreement

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
SSA-JS060404
 
Response Due
6/17/2004
 
Archive Date
7/2/2004
 
Point of Contact
Joan Smith, Contract Specialist, Phone 410-965-6269, Fax 410-965-9560, - Linda Phipps, Contract Specialist, Phone (410) 965-9493, Fax (410) 965-9560,
 
E-Mail Address
joan.m.smith@ssa.gov, Linda.Phipps@ssa.gov
 
Description
The Social Security Administration (SSA) is seeking sources to provide a maintenance agreement for Hitachi Direct Access Storage Devices (DASD), Models 9960 and 7700, and Hitachi software, Resource Manager, Shadow Image and Zone Allocation Manager. The current Hitachi DASD systems are located at the National Computer Center SSA headquarters in Baltimore, MD; and at SSA?s Remote Operations Control Centers in Jamaica, New York; Birmingham, Alabama; Kansas City, Missouri; Richmond, California. Future equipment/software may reside at other locations within the United States. SSA reserves the right to add like equipment. Maintenance terms will include a 24 x 7 principal period of performance. Response time will be 2-hours. Contractor personnel will be required to perform de-installation and re-installation of equipment as required by the Government. Contractor personnel will be required to be onsite for periodic equipment power-down and power-up of subsystems, and subsequent testing of subsystems to ensure operational performance. Contractor employees must be OEM certified. Contractor employee(s) performing on-site at SSA facilities must meet the Agency?s security clearance requirements. They must complete some or all of the listed security forms: FD-258, Fingerprint Charts; GSA 176, Statement of Personal History; Optional Form 306, Declaration for Federal Employment; Fair Credit Reporting Act (FCRA) authorization form; and a legible photocopy of the work authorization permit and social security card for a NON-US citizen. Interested firms currently performing these services are invited to submit information in sufficient detail to the Contract Specialist, Joan Smith. Firms should include corporate experience and three (3) references of customers receiving service on similar equipment; technical literature; OEM certification; and a copy of your GSA schedule. Cost or pricing data may be submitted. This is not a request for proposals (RFP) and the Government does not intend to pay for information submitted. Respondents will not be notified of the results of the evaluation of the data received. No contract award will be made on the basis of responses received; however, this information will be used in SSA?s assessment of capable sources. Responses to this notice should be submitted within 15 days of this publication. Responses should be sent via email to joan.m.smith@ssa.gov or by mail to the above address, Attn: Joan Smith. Requests for copies of a solicitation will not be honored or acknowledged.
 
Place of Performance
Address: Baltimore, MD and remote locations within the U.S.
Zip Code: 21207
Country: USA
 
Record
SN00598578-W 20040606/040606111741 (fbodaily.com)
 
Source
FedBizOpps.gov 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.