Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOLICITATION NOTICE

70 -- IBM Total Storage Server DS8100

Notice Date
8/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
 
ZIP Code
20227
 
Solicitation Number
FMSHQ06Q0008
 
Response Due
8/21/2006
 
Archive Date
9/5/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Department of the Treasury, FMS, has a requirement for an IBM Total Storage System Model DS8100 (or equivalent). Qualified installation/implementation services are included. This model is being included as an example of what will meet our requirements. Other systems with substantially the same capabilities and/or features, and can comply with the interface capabilities, may be proposed, and will be considered. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in 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. It is being issued as an RFQ. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. The requirement is set-aside (100%) for SDVOSB and HUBZone sources. Product description follows: Product Description Qty 2107-921 IBM TotalStorage DS8100 1 0700 OEL Indicator 1 0720 PTC Indicator 1 0760 RMZ Indicator 1 0780 PAV Indicator 1 0805 5.1 to 10.0 TB capacity 1 0900 Non-Standby CoD 1 0920 Disk Intermix Indicator 1 0932 IBM pSeries Indicator 1 0934 IBM zSeries Indicator 1 1050 Battery Assembly 2 1090 Line Cord (US/LA/AP/Canada) 1 1100 Management Console Internal 1 1210 Disk Enclosure Pair 1 1211 Disk Drive Cable Group 1 1 1300 I/O Enclosure Pair 2 1312 RIO-G Cable Group 2 1 1410 50 um Fibre Cable (LC) 8 1420 9 um Fibre Cable (LC) 8 2316 300 GB 10K Drive Set 2 3011 Device Adapter Pair 1 3111 2Gb SW FCP/FICON Adapter 4 4002 32 GB Processor Memory 1 9090 AC Voltage: 200V - 240V 1 9100 MC Keyboard - US English 1 2244-OEL DS8000 Function Authorization 1 0932 IBM pSeries Indicator 1 0934 IBM zSeries Indicator 1 7003 OEL - 10 TB Unit 1 2244-PAV DS8000 Function Authorization 1 0932 IBM pSeries Indicator 1 0934 IBM zSeries Indicator 1 7802 PAV - 5 TB Unit 1 2244-PTC DS8000 Function Authorization 1 0932 IBM pSeries Indicator 1 0934 IBM zSeries Indicator 1 7203 PTC - 10 TB Unit 1 2244-RMC DS8000 Function Authorization 1 0932 IBM pSeries Indicator 1 0934 IBM zSeries Indicator 1 7402 RMC - 5 TB Unit 1 2244-RMZ DS8000 Function Authorization 1 0932 IBM pSeries Indicator 1 0934 IBM zSeries Indicator 1 7602 RMZ - 5 TB Unit 1 6942-99B Implementation Services for TotalStorage Enterprise Storage Servers 4587 Implementation Service for 2107 TotalStorage disk systems 1 Place of Performance: Department of the Treasury, FMS, Hyattsville, MD. The following technical information also applies. The server must be a scalable , high-performance disk system to satisfy the current disk storage requirements. The disk storage on the proposed disk subsystem must be shareable between AIX and Z/OS host platforms. It must also have the following IBM (or equivalent) proprietary features: PAV, XRC, PPRC, PPRC/XD, and Flashcopy. Specific to PPRC, it must also be capable of establishing a PPRC relation with another DS8100 or an ESS 2105. It must also be compatable with our current business continutity solution. The following FAR Clause(s) apply to this acquisition, and are incorporated by reference: FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (offerors are required to submit a completed set, with their offer. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, (no addenda apply) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items ? the following additional clauses also apply. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (none apply) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (not applicable) (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Questions should be forwarded to the POC (Mark Jefferson) by telephone, and should confirm via telephone BEFORE submitting offers electronically. Prospective offerors are specifically requested NOT to submit electronic line cards, capabilities statements, or other marketing materials via email.
 
Place of Performance
Address: Department of the Treasury - FMS, 3700 East-West Highway, Hyattsville, MD
Zip Code: 20782
Country: UNITED STATES
 
Record
SN01113317-W 20060813/060811221958 (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.