SOLICITATION NOTICE
D -- Storage Area Network (SAN) Equipment
- Notice Date
- 8/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
- ZIP Code
- 80228
- Solicitation Number
- DTFH6815Q00004
- Archive Date
- 10/30/2015
- Point of Contact
- Lori T. Kliethermes, Phone: 7209633090
- E-Mail Address
-
cflcontracts@dot.gov
(cflcontracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation # DTFH6815Q00004 is issued as a Request for Quotation (RFQ) following evaluation and award procedures as prescribed in FAR Part 13. This solicitation and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) code is 423430 and the small business size standard is 500 employees. FHWA, Central Federal Lands, is in need of expanding their current Storage Area Network (SAN) system in order to meet the data storage needs of the entire organization. A new device is will be procured with the following minimum requirements: • At least 30TB base usable storage after RAID implementation. • Unified architecture; providing a cohesive, secure and reliable cross platform framework for access to real time and historical data. • De-duplication scheme to eliminate duplicate copies of repeating data. • RAID-6 or equivalent. • Modular expandability for future storage expansion up to 60 TB or more. • Storage expansion of existing disk without requiring system overhaul or downtime of data to end users. • Ability to mix drive types and sizes for storage tiers. • iSCSI, NFS, CIFS storage protocols natively without network gateways or additional components. • Virtualization support for VMware vSphere. • SSD/Flash storage support for cache. • 10 GB Base-T iSCSI (4). • Fault tolerant storage controllers with ability to configure in active/active mode. • Fiber connectivity and no single source of failure. • Redundant iSCSI connectivity and no single source of failure. • Enterprise management software to support local and remote SANs of multiple vendors. • New equipment ONLY including components and rack-mountable. NO grey market or refurbished products will be accepted. • Equipment size should be 4U or smaller. • 3 year, 24x7 warranty with 4-hour response time for onsite maintenance. All items must be covered by the Manufacturers warranties. In addition to the above requirements, the contractor must provide a diagram(s) detailing server, hardware, software, and connection configuration information as well as any product data sheets and/or technical documentation. The contractor will also provide product and maintenance updates. For this, the contractor will provide timely notification of bugs, updates, errata, and revisions for all products serviced under this requirement. Patches, firmware updates, bug fixes, and other user-installable software needed for problem resolution must be provided in a timely manner. Electronic notification and distribution is preferred but the Government will accept removable media, such as a DVD that contains updates, if electronic access and transmittal of updates is not available. This is an all-or-none procurement. All offers MUST include all items listed above to be technically acceptable. Partial quotes will not be accepted. Quotes will be evaluated and awarded to the offeror with the lowest price that is technically acceptable. Items to be shipped FOB Destination within 30 days following receipt of order. Shipping address is Federal Highway Administration, Central Federal Lands Highway Division (CFLHD), 12305 West Dakota Avenue, Equipment Depot, ATTN: Anthony Sandoval, Lakewood, Colorado 80228. The following commercial item FAR Provisions and Clauses apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items (Offeror should include a completed copy of this provision with their proposal); 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. The following additional FAR Clauses are also applicable to this solicitation: 52.204-16, Commercial and Government Entity Code Reporting, 52.204-17 Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance, 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 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; 52.222-50 Combating Trafficking in Persons; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs, 52.232-39 Unenforceability of Unauthorized Obligations; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management and 52.246-2Inspection of Supplies -Fixed-Price. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the internet at http://farsite.hill.af.mil/VFFARA.HTM or by contacting the contract specialist. FHWA intends to award a firm fixed-price order. Award is anticipated under Simplified Acquisition Procedures (SAP) and will be based on best value to the Government, taking price and past performance on similar jobs into consideration. All responsible sources who can provide the above requirement shall submit a quote via email no later than August 20, 2015. All proposals must include TOTAL PRICE including shipping charges for all CLINS in the stated quantities listed above, payment terms, delivery time, a contact person (name, phone number and email address), business size and DUNs number. Offerors are required to be registered in the System for Award Management (SAM); formerly Central Contractor Registration (CCR) database, prior to receipt of award. All questions shall be referred to Lori Kliethermes @ cflcontracts@dot.gov with solicitation number DTFH6815Q00004 contained in the subject line. All quotes must be sent to Lori Kliethermes at e-mail address CFLCONTRACTS@dot.gov. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH6815Q00004/listing.html)
- Place of Performance
- Address: 12305 West Dakota Avenue, Lakewood, Colorado, 80228, United States
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN03825127-W 20150807/150805235435-2bc5dfea5fd503478d0d904677798e97 (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 |