Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOLICITATION NOTICE

70 -- C4ITSC SWIII IT Computer Hardware Equipment - Attachment 8 - Commandant Instruction 4130.6A - Attachment 4 - DHS Salient Characteristics - IT Computer Hardware Peripherals - Attachment 6 - Past Performance Questionnaire - Attachment 3 - DHS Salient Characteristics - Laptops - Attachment 5 - CLIN Structure/Pricing Matrix - Attachment 2 - DHS Salient Characterisics - Desktop Computer - Attachment 7 - Supplemental FAR, DFAR and HSAR Clauses - Attachment 1 - Statement of Work - Combined Synopsis/Solicitation HSCG79-12-R-PTD035

Notice Date
8/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG79-12-R-PTD035
 
Archive Date
9/25/2012
 
Point of Contact
Cherish D Driver, Phone: 703-313-5382, Jerry Low, Phone: 202-475-3298
 
E-Mail Address
cherish.d.driver@uscg.mil, Jerry.Low@uscg.mil
(cherish.d.driver@uscg.mil, Jerry.Low@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation HSCG79-12-R-PTD035 Attachment 1 - Statement of Work Attachment 7 - Supplemental FAR, DFAR and HSAR Clauses Attachment 2 - DHS Salient Characteristics - Desktop Computers Attachment 5 - CLIN Structure/Pricing Matrix. Contractors required to complete as provided. Attachment 3 - DHS Salient Characteristics - Laptops Attachment 6 - Past Performance Questionnaire. Prime Contractors/Teaming Partners/1st Tier Subcontractors required to submit to Government Agencies. Government Agencies should email completed Past Performance Questionnaires directly to Cherish Driver at Cherish.D.Driver@uscg.mil before closing of RFP. Attachment 4 - DHS Salient Characteristics - IT Computer Hardware Peripherals Attachment 8 - Commandant Instruction 4130.6A This is a combined Synopsis/Solicitation solicited as "Full and Open" for large and small businesses for commercial items prepared in accordance with the format in FAR 12 (Acquisition of Commercial Items) and FAR 15 (Contracting by Negotiation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested; and a separate written solicitation will not be issued with this combined synopsis/solicitation. This solicitation is issued as a Request for Proposal (RFP), solicitation number HSCG79-12-R-PTD035, in accordance with FAR 12 to acquire for the U.S. Coast Guard (USCG) C4IT Service Center computer hardware (Coast Guard Standard Workstations, Servers, Laptops, Rack Servers, Data Storage Devices, Uninterruptible Power Supplies, Printers, and other related computer peripherals) that will allow the Coast Guard to meet its mission objectives. All computer hardware procured under this acquisition must meet Coast Guard and Department of Homeland Enterprise Architecture Standards. The computer equipment procured under this contract is commercial off the shelf. The entire Coast Guard will utilize the contract and will be able to issue Delivery Orders against the contract to meet their computer hardware needs. This acquisition will be accomplished in accordance with FAR Parts 12 (Acquisition of Commercial Items) and 15 (Contracting by Negotiation) as "full and open". In accordance with market research, the vast majority of the computer hardware (Coast Guard Workstations, Servers, Laptops, Rack Servers, Data Storage Devices, Uninterruptible Power Supplies, Printers, and other related computer peripherals) required to meet the Coast Guard Standard Workstation Infrastructure are only produced by large suppliers; however, these items are not on the Small Business Administration's (SBAs) current list of Small Business Non-Manufacturer Rule Class Waivers. As a result, this acquisition has been determined ineligible for any small business or 8(a) set-aside as these firms could not meet the requirement of FAR 19.102(f)(1) requiring firms to furnish only end products of small business manufacturers. In addition, this acquisition is ineligible for HUBZone set-aside as firms could not meet the requirement to furnish only end items manufactured by HUBZone small business manufacturers as stated in FAR Clause 52.219-3, Notice of HUBZone Set-Aside or Sole Source. The acquisition will be led by the Coast Guard's Telecommunication and Information Systems Command (TISCOM) located in Alexandria, Virginia. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012 includes 2005-59. The North American Industrial Classification System (NAICS) number is 334111 - Electronic Computer Manufacturing and the business size standard is 1,000 employees. A Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract will be issued. The ordering period for all task orders issued under this ID/IQ contract will be 60 months. Single Award Delivery Orders will be issued under the ID/IQ Contract as Firm-Fixed Price Delivery Orders. The Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Statement of Work (SOW) is hereby attached as a separate document (Attachment 1) for all products to be provided under this requirement. SECTION A: PRODUCT OR SERVICE DESCRIPTION TISCOM's Enterprise Information Systems Infrastructure Product Line is responsible for providing the information technology (IT) infrastructure and related services required to engineer and support the United States Coast Guard's unclassified and classified systems to ensure it can meet its mission objectives. In addition, the Coast Guard's Operations Systems Command (OSC) Core Technology Division will also utilize this contract to acquire hardware to support the Application Development Center and the Finance Center. The purpose of this acquisition it to replace end of life computer and computer related equipment that are no longer supported by the manufacturers. The products (servers, workstations, laptops,, printers, monitors, data storage, recovery, etc.) procured will fully support the Coast Guard's information technology strategic initiatives. The US Coast Guard will be upgrading its infrastructure hardware on all platforms and facilities requiring computer access. This equipment resides on vessels, aircraft, mobile platforms, and Coast Guard facilities located within and outside of the United States and its Territories. The contract will be administered by the C4IT SC's TISCOM Contracting Branch and will allow all Coast Guard units to place delivery orders against the contract to meet their computer hardware needs. The Information Technology (IT) Computer Hardware equipment acquired under this contract will allow for the continued development, support, and recapitalization of the Coast Guard's IT infrastructure. The equipment acquired under this contract must meet the USCG Office of Information Systems and Infrastructure standards, which were developed using the existing CG-63 approved configurations and the computer equipment salient characteristics mandated by DHS. The requirements reflect current and expected changes in information technology during the contract period. The following IT equipment will be acquired: • Windows Based Standard Desktop Workstations • Windows Based All-in-One Desktop Workstations • Windows Based Laptop Computer • Windows Based Net Book Computer • Windows and UNIX Based Enterprise Class Servers • External, Internal, and Network Storage Devices • Backup Capabilities COOP Infrastructure • Computer Peripherals (LCD Flat Panel Monitors, Keyboard, Mouse, Smart Card Reader, Network Cards, Media Converter, Laptop Docking Stations, etc.) • 3 to 5 Year Warranties Depending on Type of Hardware • On-Site Enterprise Level Support When Required See Attachments 1, 2, 3, and 4 for Statement of Work (SOW) and DHS Functional/Salient Characteristics of Desktop Computers, Laptops, Enterprise Servers, Portable Storage Devices and Peripherals. Hardware: All computer hardware acquired under this contract must meet the Coast Guard and the Department of Homeland Security's Enterprise Architecture Standards. On November 9, 2011 the Department of Homeland Security's (DHS) Chief Information Officer and Chief Procurement Officer issued a memo outlining the salient characteristics that all DHS components shall use when acquiring desktops, laptops, and their related peripherals, which were developed based on component requirements. These salient characteristics were used in developing the Coast Guard's workstation, laptop, Enterprise servers, portable storage devices and related peripherals configurations and have been incorporated into the Request for Proposal. Security: All computer hardware must meet the applicable Defense Information Systems Agency (DISA) Security Standards. The goal is to minimize exploitation by terrorists or hackers as a means of attack on the United States, its territories, population and critical infrastructures. Warranty: Offerors will be required to provide various types of warranties for different classes of equipment. The successful offeror shall provide standard commercial warranties for Workstations, Laptops, and peripherals. The Coast Guard will require an additional three years of extended warranties for Enterprise Servers and Network Storage Devices, which includes help desk support and on-site repair. Capability or Performance: The contractor must be capable of procuring computer hardware that meets the Coast Guard and the Department of Homeland Security's Enterprise Architecture and security standards. The Contractor must also possess the financial resources, facilities, and 3rd party business relationships (i.e. Original Equipment Manufacturers) necessary to procure, store, and ship the computer equipment to the proper Coast Guard facility as specified in the Delivery Order. The contractor must provide and be capable of providing 24 hour support and on-site repair for enterprise servers located at various Coast Guard Facilities. The 24 hour support and on-site repair will be part of the extended warranty package for servers and network storage devices delivered under this contract. Test and Evaluation: Under this contract, there will be a formal test and evaluation of the computer equipment prior to adding it to the contract's Section B, Items and Prices. Before adding any new equipment to the contract, the contractor will provide a unit to the Coast Guard to assess compatibility to ensure the standard USCG image will: function properly, connect to the USCG data network and integrate with the existing systems. Once the equipment passes USCG testing criteria it will be added to the contract items and prices. Once the piece of equipment completes and passes the USCG test, the Contracting Officer will enter into negotiations with the contractor to add the piece of equipment to the contract. Standard Servers and Peripheral Warranty: The Contractor shall provide a standard commercial three-year Enterprise On-Site Warranty for all Standard Servers and Peripherals, which is beyond the standard commercial warranty provided for this type of equipment. On-site warranty shall include all parts, labor, materials, and transportation. Items requiring warranty repair shall be repaired or replaced within one (1) business day. Enterprise level support shall include 24x7, 3-year on-site support and on-site troubleshooting with 4 hour response time/service, direct access to an enterprise expert, emergency on-site and phone dispatch with master certified system experts to handle complex hardware failures/problems. Standard and Ultra Portable Warranty: The warranty for standard portable and ultra portable shall include a limited accidental and no-fault damage provision. The Contractor shall have a twenty-four (24) hour system in place for receiving warranty requests and shall respond within four (4) hours of time of call to the site in which the Government gives the Contractor notification that a warranty problem exists. The Contractor shall provide the telephone numbers and e-mail addresses for requesting warranty support at the time this acquisition is awarded. Reliability, Maintainability and Quality Assurance Requirements: The Coast Guard will be responsible for all operations related to the procurement. The Contractor will provide the USCG a replacement to any equipment that fails before the warranty period has expired. The Contractor shall ensure maintainability and availability of equipment by keeping TISCOM personnel apprised of upcoming COTS hardware life cycle changes as they occur. E.5 RFP Questions All questions shall be submitted in writing to Ms. Cherish Driver at Cherish.D.Driver@uscg.mil on or before August 24, 2012. If an offeror does not submit their question on or before August 24, 2012 they run risk that their question(s) may not be answered. E.6 Offer Due Date and Offeror Submission Address It is the offeror's responsibility to ensure their offer is received (in total) by the proposal DUE DATE OF September 10, 2012 by 2PM Eastern Time. Offerors are hereby notified that if your proposal is not received by the date, time and location specified (see below) in this announcement, it will not be considered. All proposals shall be submitted in sufficient time to ensure it reaches the Contracting Officer prior to the deadline of September 10, 2012. Please note: the reliance of using regular mail or Federal Express may cause "unexcusable" delays due to the DHS mail delivery system. Proposals shall be mailed/hand-delivered to the following address: DIRECTOR ATTN: CHERISH DRIVER/CONTRACTING OFFICER/CG-C4IT U.S. COAST GUARD 7323 TELEGRAPH ROAD STOP 7340 ALEXANDRIA VA 22315 Email Address: Cherish.D.Driver@uscg.mil See separately attached full text Combined Synopsis/Solicitation HSCG79-12-R-PTD035 and all attachments (Attachments 1 - 8) Attachment 1 - Statement of Work (SOW) Attachment 2 - DHS Salient Characteristics - Desktop Computers Attachment 3 - DHS Salient Characteristics - Laptop Salient Characteristics Attachment 4 - DHS Salient Characteristics - IT Computer Hardware Peripheral Equipment Attachment 5 - CLIN Structure/Pricing Matrix Attachment 6 - Past Performance Questionnaire Attachment 7 - Supplemental FAR, DFAR and HSAR Clauses Attachment 8 - Commandant Instruction 4130.6A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG79-12-R-PTD035/listing.html)
 
Place of Performance
Address: CG-C4IT SC TISCOM, 7323 Telegraph Road, Alexandria VA 22315, Alexandria, Virginia, 22315, United States
Zip Code: 22315
 
Record
SN02835365-W 20120812/120811000624-fd7be573a4595a41eb9b10f2ff28c2d7 (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.