Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

70 -- RAID STORAGE SYSTEMS (Brand Name or Equal)

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB184000-9-06285
 
Archive Date
9/24/2009
 
Point of Contact
Richard Cordero, Phone: 3019753976, Joseph L. Widdup, Phone: (301) 975-6324
 
E-Mail Address
rcordero@nist.gov, joseph.widdup@nist.gov
(rcordero@nist.gov, joseph.widdup@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: RAID STORAGE SYSTEMS (Brand Name or Equal) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a request for quotation (RFQ). The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a size standard of 100 employees. This acquisition cannot be set aside for small businesses because there is no SBA waiver to the non-manufactures rule for NAICS code 423430. This requirement is being competed as an unrestricted full and open competition. Section 508 of the Rehabilitation Act of 1973, as Amended, does not apply to this acquisition because the items are located in an area only accessed infrequently by maintenance personnel. APPLICABLE PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1) and the following fill-ins in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. Minimum Specifications for the brand name products and services are listed below: •Part Number: XSS-41400-4801; Description: XANADU 17.4 TB; Quantity: 2; Unit: EA. •Part Number: RS-T2; Description: RAIDInc RAIDserv Tier Service agreement(three years); Quantity: 2; Unit: EA •Part Number: RS-SW; Description: RAIDInc RAIDserv Storage WatchManaged Services (one year); Quantity: 1; Unit: EA •Part Number: RS-INSTALL; Description: RAIDinc RAID serv Professional Installation; Quantity: 1; Unit: EA However, below is a list of the salient characteristics for brand name or equal purposes: The NIST Office of Chief Information Officer (OCIO) is seeking to acquire two storage systems and each system must be configured with the following features: -Must have Dual Embedded 4Gb FC to SAS/ SATA-II RAID controllers, 2GB Cache Each -Must support active-active dual controllers configuration -Must support hardware RAID 5 and 6 -Must have Dual Hot Swap Redundant Power Supplies and Fans per Chassis -Must have Hot Swap IO Modules, Battery Units, and Management Interface Modules -Must be rack mount SAS / SATA-II Drive Chassis -Must be installed with at least 12 SAS drives with 15000 rpm and 450 GB capacity each -Must be installed with at least 36 SATA-II drives with 7200 rpm and 1TB capacity each -Must have redundant SAS/SATA Expansion -Must be scalable up to a maximum of 144 SAS/ SATA drives per system -Must have embedded management software that includes email alerts, snmp traps, access control, and path manager (mpio) -Must have dynamic provisioning -Must have parity checks on reads -Must have self healing drive technology -Must have zero rebuild time -Must support MAID (massive arrays of idle disks) energy saver if required -Must support Remote Data Replication if required -Must support Internal Replication & Snapshot if required -Must support Performance Monitor and Optimizer if required -Must have 3 years service agreement that includes 24-hour advanced replacement parts ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include— (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Terms of any expressed warranty; (4) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (5)Evidence that the offeror is authorized by Original Equipment Manufacturers (OEM) to provide the required hardware and software, and (6) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Delivery shall be made within 30 days of date of contractor acceptance of the purchase order. Delivery shall be FOB Destination to: National Institute of Standards and Technology Building 301 Shipping and Receiving 100 Bureau Drive Gaithersburg, MD 20899-001 All quotes shall be submitted so that they received not later than 5:00 PM Eastern Time on September 09, 2009 at ricardo.cordero@nist.gov, with a courtesy copy to joseph.widdup@nist.gov. Faxed quotes will not be accepted. EVALUATION FACTORS FOR AWARD The Government will evaluate quotations and award a purchase order to the responsible and OEM authorized offerors whose technically acceptable quotation represents the lowest price to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB184000-9-06285/listing.html)
 
Record
SN01935561-W 20090903/090902003948-8bb840adc32c968cfeb9a1a05255c74e (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.