SOLICITATION NOTICE
70 -- Forensic Storage Servers
- Notice Date
- 9/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- OS12106
- Archive Date
- 9/26/2009
- Point of Contact
- Anthony Webb, Phone: 301-443-3580, Rosanna Browning, Phone: 301-443-6931
- E-Mail Address
-
anthony.webb@psc.hhs.gov, Rosanna.Browning@psc.gov
(anthony.webb@psc.hhs.gov, Rosanna.Browning@psc.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 in conjunction with FAR Subpart 13.5, 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. The solicitation number is OS12106 and it is issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This RFQ is a total small business set-aside and the associated NAICS code is 334111 and small business size standard is 1000 employees. The contract line items are as follows: CLIN 01 Quantity Eleven (11) Silicon Forensic SiStor 23 Bays Forensic Workstations (BRAND NAME OR EQUIVALENT) Configuration Requirements: (Qty. 1)GHS-2000 Double-Wide ATX Chassis 23 Bay Tower Chassis (Qty. 2)Intel Xeon Dual Nehalem E5520 Processors (Qty. 1)Intel S5520HC SSI EEB Server Motherboard (Qty. 1)Adaptec 52445 RAID Card, with battery backup module (Qty. 24) Black iStarUSA Trayless Hotswap Backplane RAID Bays (Qty. 9)Red iStarUSA Trayless Hotswap Backplane RAID Bays (Qty. 20) Western Digital 1.0TB RE3 Hard Drives mounted in black iStarUSA bays (Qty. 2)Western Digital 300GB VelociRaptor Hard drives mounted in black iStarUSA bays (Qty. 4)StarTech two-port PCI Express SATA Controller Cards (Qty. 9)4GB DDR3 Kingston ECC, Registered Memory (36GB Total) (Qty. 2)Antec 1000W High-Efficiency power supply (Qty. 1)Sony 24x Dual Layer SATA DVD-RW Drive (Qty. 1)4 Year Warranty Salient Characteristics: 1.Local Storage Capacity The server storage capacity required is 20 Terabytes (TB), with the additional capacity to expand in the future through internal storage or via external mini-SAS connector. 2. Local Storage Speed The required RAID card is the Adaptec 52245. The configuration must contain a battery for the RAID card to ensure optimum performance without the chance of data loss. The system must be configured as follows: 20 x 1.0TB Hard Drives, RAID 5, 1 Partition, NTFS File System, Volume Label: STORAGE 2 x 300GB Hard Drives, RAID 1, 1 Partition, NTFS File System, Volume Label: OS 3.Warranty 4 year warranty covering hardware parts, labor and support of the product. 4.Evidence Upload To upload electronic evidence quickly and efficiently, the forensic storage server must provide 9 red iStar USA trayless hotswap bays that support SATA and SAS drives. Eight of these bays must be configured through Startech PCIe cards and must support recognition of attached hard drive without any rebooting of sever, nor any manual intervention of the user (e.g. Rescanning disks in Disk Management) 5.Tool Compatibility To ensure compatibility with existing intended applications, adequate documentation must be provided to show the storage server has been compatibility tested with the following applications: a.Guidance Software EnCase 6.x b.AccessData FTK 1.8x & 2.2x c.Mount Image Pro d.VMware Workstation & Player e.DT Search 7.x f.ProDiscover g.Adobe Acrobat 9 Professional h.MS Office 2003, 2007 i.MS Windows XP Pro 64-Bit, MS Windows Vista Ultimate 64-Bit j.F-Response Field Kit & Consultant Editions k.McAfee Total Protection Service l.avast! Professional Edition Vendors offering other than brand name products or a brand name configuration other than that stated above must provide in writing sufficient technical product information to allow the government to make a determination that the product being offered can meet the above unique specifications described herein and is of equal quality to the name brand. All items are to be delivered FOB destination no later then 30 days after award to 330 Independence Ave, SW, Cohen Building, Floor 5 Room 5440, Washington, DC, 20201. The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible lowest priced offeror that meets all of the technical requirements. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (AUG 2009), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006),, (8) 52.219-6, Notice of Total Small Business Set-Aside (June 2003), (10) 52.219-8, Utilization of Small Business Concerns (MAY 2004), (12) 52.219-14 Limitations on Subcontracting (DEC 1996), (19) 52.222-3, Convict Labor (JUN 2003), (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009), (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999), (22) 52.222-26, Equal Opportunity (MAR 2007), (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998), (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006), (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004), (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007), (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Offers are due on September 11, 2009 @ 4:00 pm. EST electronically to the Contract Specialist. Please contact Anthony Webb, Contract Specialist, 301-443-3581, awebb@psc.hhs.gov, regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OS12106/listing.html)
- Record
- SN01942561-W 20090906/090905002311-02d0d3b742995a8ace99ff13cabce773 (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 |