Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
SOLICITATION NOTICE

70 -- Sun Oracle Hardware

Notice Date
6/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
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
SB1341-12-RP-0050
 
Archive Date
7/14/2012
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP) for commercial items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 including Exception 2 for value added resellers. The small business size standard is 150 employees. This acquisition is 100% set-aside for small business. This solicitation is being procured using procedures set forth in FAR Subpart 15, Contracting by Negotiation. This is a brand name only requirement. Quoters must provide the brand name equipment identified within the line items. This procurement is being undertaken to meet and fully satisfy the requirement, as directed by the Department of Commerce (DOC) Chief Financial Officer (CFO) and the DOC Chief Information Officer (CIO), to migrate the Commerce Business System (CBS) to the Sun/Oracle computing platform. This mandatory computing platform will serve as the interim CBS environment until the final configuration for the CBS Next Generation computing environment is decided upon and implemented. Purchase of this equipment is essential for NIST to implement the Department of Commerce Next Generation Operating System (O/S) Initiative. Within NIST, the OFRM/Business Systems Division is working together with the Office of Information Systems Management (OISM) to implement this initiative. The Business Systems Division provides support (customer relations, help desk, training, software development, testing) for the Commerce Business Systems used by NIST and customer bureaus. OISM provides the technical support (database administrators, hardware engineers, system administrators) to host the Commerce Business Systems on Oracle 10g platform environments on the NIST campus. The mission of the Department of Commerce Next Generation Operating System (O/S) Initiative is to determine new next generation O/S platform that will be implemented and will be best fitted to be coupled with the Oracle 10g platform environments that exist at NIST, NOAA, and Census to host the Commerce Business Systems. The next generation O/S initiative mission also includes the next generation hardware acquisition strategy, procurement and installation. The overall goals of this initiative were to: 1. Determine the new O/S that will be implemented; 2. Determine what O/S is the best fit to be coupled with the Oracle 10g platform and beyond; 3. Perform acquisition strategy, procurement and installation; and 4. Implement & deploy new hardware and operating system. The Department's Next Generation Operating System Initiative included a process to evaluate multiple operating system options against business drivers using the DAR methodology. The Sun SPARC architecture was selected. Using a different brand of equipment would compromise the Department of Commerce's initiatives to migrate the Commerce Business System to the Sun/Oracle computing platform. Responsible quoters shall provide pricing for all of the following line items: LINE ITEM 0001: Quantity one Lot Sun/Oracle Equipment. All part numbers are Sun/Oracle Part Numbers. Quantity 4 each SPARC T4-4 Server: Family #7100678 Quantity 4 each FDS only-SPARC T4-4 Server: Base Chassis (For Factory Installation) #7100674 Quantity 16 each Power Cord: Sun Rack Jumper, 3 meters, C14 Plug, C13 Connector, 15A #333V-30-15-C14 Quantity 4 each FDS Only-Processor Module with 2 SPARC T4 8-CORE 3.0 GHZ Processors (For Factory Installation) #7100641 Quantity 32 each FDS Only-Two 8GB DDR3-1066 Registered DIMMS (For Factory Installation #7100653 Quantity 16 each FDS Only-One 300 GB 10,000 RPM 2.5-INCH SAS-2 HDD with Mounting Bracket (For Factory Installation #SE6Y3G12Z Quantity 4 each QSFP Parallel Fiber Optics Short Wave Transceiver (For Factory Installation) #2124A Quantity 4 each QSFP Optical Cable Splitter: 20 Meters, MPO to 4 LC (For Factory Installation) #X2127A-20M Quantity 8 each Sun Storagetek Dual 8GB FC Dual 1 GBE HBA in Express Module Form Factor, ROHS-6 Compliant, QLogic. Factory Configure #SG-PCIEFCGBE-Q8-N Quantity 4 each Oracle Solaris 11, Oracle VM Server for SPARC and Oracle Electronic Prognostics Preinstall (For Factory Installation) #7101664 Quantity 4 each FDS Only Processor Filler Module (For Factory Installation) #SE5Y5CF1Z Quantity 16 each Filler Panel for Disk Drives (For Factory Installation) #SE6Y9MF1Z Quantity 56 each FDS Only- Filler Panels for PCIE Cards (For Factory Installation) #SE5Y5PC11Z Quantity 32 each FDS only-Oracle Solaris Cluster, Enterprise Edition-Processor Perpetual #L90617 Quantity 1 each Pillar Axiom 600 Storage System: Rack Mounted Base #7102099 Quantity 2 each FDS Only-Pillar Axiom Fibre Channel San Slammer with four eight GB/SEC FC Ports and 48 GB Cache with HE PSU, Rack Mounted (For Factory Installation) #7102904 Quantity 3 each FDS Only-Pillar Axiom SSD Brick with 13/200 GB SSDS (For Factory Installation) #7101924 Quantity 14 each FDS Only-Pillar Axiom Fibre Channel Brick with 12/600 GB 15000 RPM 3.5 inch FC HDDS (For Factory Installation) #7101927 Quantity 1 each FDS Only-Rack Mounted Slammer Installation Cable Kit for two SOC422 Slammers with Optical Connectors (For Factory Installation) #7101931 Quantity 17 each FDS Only-Pillar Axiom Brick Rack Mounted Installation Optical Cable Kit (For Factory Installation) #7101934 Quantity 4 each FDS Only-PDU with Mounting Brackets, 30A (For Factory Installation) #7102006 Quantity 2 each FDS Only-42U Cabinet with Rails (For Factory Installation) #7102023 Quantity 4 each FDS Only- Power Cord: 15 Feet, NEMA L6-30P Plug, 30 A, 220 VAC Rated (For Factory Installation #7101990 Quantity 1 each FDS Only-Pillar Axiom Pilot with 2GB Memory, Rack Mounted Pilot (For Factory Installation) #7102143 Quantity 8 each FDS Only-FC Cable Assembly: 6 Meters, Optical, Duplex, Multi-Mode, 50/125 Core, LC-LC #7101920 Quantity 2 each SVC Ref Only - Brocade Silkworm 5100 Switch #12000434 Quantity 2 each Brocade 5100 Switch with 24 activated shortwave 8 GB/SEC SFPS #SGXSWBRO5100-8NS-N Quantity 2 each Power Cord: North America and Asia, 2.5 Meters, 5-15P Plug, C13 Connector, 15A #X311L-N Quantity 4 each Rack Mount Kit for the Brocade 3250, 3850, 200E, 300, 3900, 4100, 5000, 5100, 4900, 5300, 7420, 7500, and 7800 Fibre Channel Switches. Slide Rail Kit. ROHS-6 Compliant #SG-XSWBRO3X50-RK-N LINE ITEM 0002: INSTALLATION The Contractor shall install the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment including start-up, and demonstration of all specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. Installation must be completed not later than 30 days after delivery. LINE ITEM 0003: ON-SITE TRAINING The Contractor shall schedule and conduct training for at least three (3) NIST personnel, on-site at NIST Gaithersburg. Training shall include all aspects of system operation, and basic troubleshooting. Training may be completed at NIST immediately after installation/set-up, however must be completed no later than 30 days after installation. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: CONFIGURATION ASSISTANCE The Contractor shall provide expert technical assistance and support resulting in the creation, configuration and implementation of two 2-node high availability clusters comprised of the equipment specified in Line Item 0001. This assistance and support includes node configuration, resource group configuration, Oracle data services for the database and for Tivoli, storage configuration, comprehensive testing and verification, and knowledge transfer. This must be completed no later than 60 days after the completion of installation (Line Item 0002). LINE ITEM 0005: WARRANTY The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover the complete machine and associated components and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance and final payment by the Government. In addition, technical support must be available on a 24 x 7 x 365 basis, with a two hour response time, on-site, for hardware problems. During the warranty period, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repair or replacement any defects. LINE ITEM 0006: OFF SITE TRAINING - ORACLE LEARNING CREDITS The Contractor shall provide Learning Credits for three (3) students per class for all of the following classes. Credits must be valid for a period of one year from the date of award, at a minimum. The Government will pay all travel and per diem costs for attendees. Learning credits must be delivered prior to final acceptance by the Government. -Oracle Solaris 11 System Administration Part Number (WDD ID) D72896GC10 -Oracle Solaris 11 Advanced System Administration Part Number (WDD ID) D72965GC10 -Transition to Oracle Solaris 11 Part Number (WDD ID) D73488GC11 -System Administration for the Oracle Solaris 10 OS, Part 1 Part Number (WDD ID) D68148GC30 -System Administration for the Oracle Solaris 10 OS, Part 2 Part Number (WDD ID) D68152GC30 -Key Features of the Oracle Solaris 10 Operating System (SA-225-S10)5 Part Number (WDD ID) D68175GC20 -Solaris System Administration for Experienced UNIX Administrators (STS-276-S10) Part Number (WDD ID) D61814GC20 Oracle Solaris Cluster Administration5 Solaris 10 Part Number (WDD ID) D68179GC30 Quantity 3 Students -Oracle Solaris Cluster Advanced Administration Solaris 10 and 11 Part Number (WDD ID) D68195GC30 -Oracle Solaris Cluster 4.x Administration For Solaris 11 Part Number (WDD ID) D74942GC10 -Pillar Axiom 600 SAN Storage System Administration For 5.X2 Part Number (WDD ID) D74247GC10 -Pillar Axiom 600 SAN Storage System MAXREP Administration For 5.X1 Part Number (WDD ID) D74251GC10 -Oracle Enterprise Manager 11g Ops Center Release 1 Part Number (WDD ID) D69265GC10. DELIVERY Delivery shall be completed in accordance with the Contractor's commercial schedule. All equipment shall be delivered to NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. INSPECTION AND ACCEPTANCE CRITERIA NIST will inspect to ensure that the required equipment has been delivered, successfully installed, all equipment is functional in accordance with manufacturer's specifications and the required training and configuration have been completed. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. NIST anticipates a single award to the technically acceptable/lowest price offeror. Technically acceptable means that the offeror is an authorized reseller for Oracle, can, in coordination with proposed subcontractor(s), provide all products and services required, and administer the warranty. Price Evaluation Price will be evaluated but not scored. Evaluation of prices proposed for products and services will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed prices must be entirely compatible with the technical proposal. ADDENDUM TO 52.212-1 All Offerors shall submit all of the following: 1) An original and one copy of a technical proposal which addresses all line items; 2) Documentation that clearly demonstrates that the offeror is an authorized reseller for Sun/Oracle; 3) Documentation of the steps that will be taken to schedule and complete installation, training (on-site) and configuration; 4) A list of steps that the Offeror follows to administer a warranty call; 5) An original and one copy of a price quotation which includes FOB Destination pricing for all line items; 6) This is an Open-Market Combined Synopsis/Solicitation for equipment, software, installation, training, configuration, warranty, and training as defined herein. The Government intends to award a firm fixed price contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL offers shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant contract, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the proposal. 7) If the Offeror is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 8) The Offeror's Dun and Bradstreet number. 9) The successful Offeror must be registered in the Central Contractor Registration (CCR). Failure or refusal to register will forfeit award; 10) Proposals must remain valid for a period of 60 days from the close date of the solicitation. DUE DATE FOR PROPOSALS All proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFP number is visible on the outermost packaging. Submission must be received in the NIST/Acquisition Management Division, 100 Bureau Drive, MS1640, Gaithersburg, MD 20899, not later than 3:30 p.m. local time on June 29, 2012. E-mail proposals shall be accepted. Fax proposals shall not be accepted. An e-mail proposal shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of proposals. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver proposals on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; 52.204-4, Printed or Copied Double-Sided on Post-Consumer Fiber Content Paper 52.209-7, Information Regarding Responsibility Matters; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Set-Aside for Small Business; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Re- representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.237-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference; Department of Commerce Acquisition Regulation (CAR) clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR); 1352.209-73, Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.237-75, Key Personnel; 1352.233-70, Agency Protests; 1352.233-71, GAO and Court of Federal Claims Protests; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm National Institute of Standards and Technology Clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. NIST LOCAL 04 Billing Instructions; NIST LOCAL 41, Software License Addendum a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et.seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those having jurisdiction over federal procurement matters. Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement. (END OF CLAUSE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RP-0050/listing.html)
 
Place of Performance
Address: Ship to:, NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02764504-W 20120603/120602000259-7435fcb94895e4957b75c9d1abfd5115 (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.