Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

70 -- EMC Storage for CSAT - SOW - CLINs

Notice Date
2/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-09-Q-COC06
 
Archive Date
3/21/2009
 
Point of Contact
Craig M James,, Phone: 202-283-1196
 
E-Mail Address
craig.m.james@irs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
GEL (CLINs) for this requirement Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, TIRNO-09-Q-COC06, Provisions and clauses in effect through FAC 2005-29 Amendment 1 are incorporated into this RFQ. This procurement is a set-aside for Service–Disable Veteran Owned Small Business (SDVOSB). The associated North American Industry Classification System (NAICS) code is 423430. The small business size standard is 100 Employees. The IRS is seeking competitive RFQs for the following brand name requirement. The primary purpose of this request is to install, configure and integrate EMC hardware and software into the IRS Tier II SAN infrastructure in Enterprise Computer Center ECC-DET (Detroit, Michigan). The Computer Security Audit Trails (CSAT) project is a large ArcSight environment. Enterprise Services and Enterprise Operations were advised that the Input/Output performance profile of the CSAT ArcSight application would require support for the high performance storage for roughly 14TB of storage and any solution must be fully compatible with ArcSight EMS and SAN-Loggers. The existing IRS Tier II SAN infrastructure is built upon EMC storage and SAN switch architecture. IRS Target Enterprise Architecture Standards Profile defines EMC storage devices for Tier II applications as well as EMC Control Center for SAN management and monitoring. The Enterprise Architecture Enterprise Standards Profile also defines Symantec Veritas NetBackup for backups, and EMC TimeFinder and SRDF for data replication. Full compatibility with these Enterprise standards must be considered to be a critical component of any solution. See the attached Statement of Work and Spreadsheet for specific tasks, maintenance tasks and additional line items. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-27 are applicable to this procurement: FAR 52.212-1, Instructions to offerors - Commercial, and FAR 212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans and 52.232-33, Payment of Electronic Funds Transfer – Central Contractor Registration. All responsible sources that can provide the above requirements and deliver all products shall submit written quotations no later than 7 days from the posted date of this announcement. The government intends to award a firm fixed price order. The Vendor shall be selected based on the lowest priced technically acceptable proposal. All quotes must include price(s); Quotes over 10 pages in total will not be accepted. All questions must be submitted by email to Craig.M.James@irs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3103f7ac861d2c0a1b80767450c0ca1c&tab=core&_cview=1)
 
Place of Performance
Address: Detroit Computing Center, 985 Michigan Avenue, Detroit, Michigan, 48226, United States
Zip Code: 48226
 
Record
SN01757872-W 20090228/090226220620-3103f7ac861d2c0a1b80767450c0ca1c (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.