|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1996 PSA#1655Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3,
Wright-Patterson Afb Oh 45433-5309 J -- WINCHESTER RAID ARRAY SYSTEM SOL F33601-96-R-0093 DUE 082796 POC
For copy,, For additional information contact C. Schweibold/
Pkwrs/513-257-4872 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Far Supart
12.6, 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 document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-37. The following
system is being procured on a sole source basis from Winchester Systems
Inc., 400 W Cummings Park, Woburn MA 01801: Winchester removable disk
system capable of interfacing with multiple computer platforms to
include the following: Support for 8-3 1/2'' hot swappable removable
disks; RAID 0,1,3,5 support on 3 to 14 disk drives; half height RAID
controller to provide an extra bay in the RAID chassis; daughter board
to the RAID controller that supports multi-hosting of the RAID array;
disk controller that provides capability to replace a single bad drive
in a RAID array with a drive that is the same or greater capacity but
not necessarily identical to the remaining drives in the array; key
locks on RAID chassis to individually secure each drive; dual power
supplies to provide redundant power to the RAID array; disk controller
providing automatic on-line rebuild in the event of disk failure in a
three active/one hot spare disk configuration. Federal Acquisition
Regulation (FAR) provisions 52.212-1 and 52.212-4 apply to this
acquisition. FAR 52.212-2 applies and the specific evaluation criteria
are technical capability of the item(s) offered to meet the Government
requirement; price; past performance (in descending order of
importance) (when technical and past performance are combined they are
equal in weight to price). FAR 52.212-3 ''Offeror Representations and
Certifications-Commercial Items'' should be included with offer. FAR
52.212-5 applicable clauses are FAR 52.222-3, 52.233-3, 52.222-26,
52.222-35, 52.222-36, 52.222-37. FAR 252.212-7001 applicable clauses
are 252.219-7006 and 252.225-7001. The closing date for receipt of
proposals is 27 Aug 96. The approximate issue/response date will be 12
Aug 96. The anticipated award date will be 30 SEP 96. Written
procedure will be used for this solicitation. No telephone requests.
Only written or faxed requests received directly from the requestor are
acceptable. All responsible sources solicited may submit a bid,
proposal, or quotation which shall be considered. Authority: 10 U.S.C.
2304(C)(1), Justification: Supplies (or Services) required are
available from only one or a limited number of responsible source(s)
and no other type of supplies or services will satisfy agency
requirements. This is a Sole Source procurement, synopsis published for
informational purposes only. Solicitation documents are not available.
Fax number is (513) 257-6390. An Ombudsman has been established for
this acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate his/her concern
during the proposal development phase of this acquisition. Potential
offerors should use established channels to request information, pose
questions, and voice concerns before resorting to use of the Ombudsman.
Potential offerors are invited to contact ASC's Ombudsman located at
ASC/IG, ATTN: Col Corcoran (513) 255-5245, with serious concerns only.
Direct all requests for solicitations and routine communication
concerning this acquisition to the buyer listed elsewhere in this
synopsis. See Note (s) 22. (0220) Loren Data Corp. http://www.ld.com (SYN# 0031 19960808\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|