|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1996 PSA#1724DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB, WASHINGTON, DC
20340-3084 70 -- MAINFRAME HARDWARE AND SOFTWARE SOL MDA908-96-R-0054 DUE 120396
POC Purchasing Agent, IDA LOGSDON, (202)2318290 The Virginia
Contracting Activity, on behalf of the Defense Intelligence Agency,
intends to award a Firm-Fixed-Price contract for 600 Gigabytes (gb) of
Direct Access Storage Devices (DASD). This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulations document (FAR) subpart
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.
Solicitation number MDA908-96-R-0054 is being issued as a request for
proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
(FAC) 90-38. The standard industrial code is 3577 and the business size
standard is 1000 employees. This requirement is for one line item,
i.e., Line Item 0001; Quantity, 1 Lot; Item Description, Mainframe
Hardware and Software: Equipment offered under this solicitation must
meet, at a minimum, the following characteristics and limitations: (1)
Storage Controller(s): a) Compatibility with two, currently installed,
IBM 9672-R73 mainframe processors, each running seven separate
partitions (including all necessary cabling and peripheral components)
b) A minimum of three (3) Gb of cache c) Provide a minimum of four
simultaneous data transfer paths through four 9032-3 ESCON directors to
seven partitions on each of 2 IBM 9672-R73 processors d) Minimum
transfer data rate of 12 megabytes per second e) Support redundant
power f) Provide all necessary interface cards to each 9032-3 director
to support the simultaneous data transfer rate mentioned above (2)
DASD Subsystem: a) A minimum of 600 gigabytes of storage capacity b)
Can operate in DLSE mode c) Support ESCON channels d) Support redundant
power e) Must, at a minimum, meet RAID level 5 specifications; if the
product is not RAID-5 certified, then written documentation shall be
provided that clearly states that the product being offered does meet
RAID-5 specifications f) Emulate 3390-3 storage devices: g) Must have
the ability to perform random database workloads of 600 I/Os per second
at an average response time of 11ms: (3) All Hardware: a) Shall be
designed to allow for ease and flexibility in accomplishing internal
functional changes (i.e., reconfiguration to accommodate device and/or
component failure or enhancements) b) Demonstrate ease of expansion of
system capabilities c) Have the ability to readily incorporate
technological innovations d) Reduce the risk inherent in single points
of failure (4) All Operating System Software required to make use of
the equipment acquired under this contract will be provided and
supported by the Contractor. Operating System Software refers to those
routines that interface directly with hardware peripheral devices,
computer operations, and applications and utility programs. Software
delivered under this contract shall be compatible with the software
listed below, and shall be upgradable to support newer or upgraded
versions of the listed software: a) IBM MVS/ESA JES 3 Version 3.1.3
Operating System Software b) IBM OS/390 JES 3 Version 5 Operating
System Software c) IBM VM/ESA 1.2 Operating System Software and d) IBM
VM/ESA 2.2 Operating System Software c) DFS/SMS/MVS 1.1: (5)
Additionally the package must provide: a) all required user manuals and
publications for the hardware and software b) all training, at the
equipment installation location, required for the day to day operation
of the hardware and software c) Installation of all hardware and
software at the DIAC. CERTIFICATION REQUIREMENTS: 1) The vendors must
provide a written certification that their product meets all the
Government's requirements. 2) Provide documentation that supports the
certification. VENDORS MUST SUPPLY SUFFICIENT DOCUMENTATION FOR THE
GOVERNMENT TO DETERMINE THAT THE ITEMS BEING OFFERED UNEQUIVOCALLY MEET
THE REQUIREMENTS STATED ABOVE. Vendors are cautioned to include all of
the descriptive information required of this acquisition in their
proposal to be submitted to the address given below. Also, the total
PRICE offered as a result of this combined synopsis/solicitation MUST
be all inclusive of the information contained herein. When evaluating
an offeror's capability to perform the prospective contract, the
Government will consider how well the offeror complied with these
instructions. The Government will consider an offeror's noncompliance
with these instructions or attempt to take advantage of loopholes in
these instructions to be indicative of the type of conduct that it may
expect from the offeror during contract performance. Acceptability:
The Government will determine the acceptability of each offer on a pass
or fail basis. An offer is acceptable when it manifests the offeror's
assent, without exception, to the terms and conditions of the combined
synopsis/solicitation. If an offeror takes exception to any of the
terms and conditions of the combined synopsis/solicitation, then the
Government will consider its offer to be unacceptable. The Government
reserves the right to change the terms and conditions of the combined
synopsis/solicitation by amendment at any time prior to due date of the
combined synopsis/solicitation. Delivery of all items is required as
soon as possible but not later than 30 days after award of contract to
be delivered FOB Destination, within the consignee's premises to the
Defense Intelligence Agency Center (DIAC); Bldg. 6000; Room B1-155;
Bolling AFB; Washington, D.C. 20340. Acceptance shall be made at
destination. The Provision FAR 52.212-1, Instructions to
Offerors-Commercial Items applies. Offerors are required to complete
and include a copy of the following provisions with the proposal: FAR
52.212-3, Offeror Representation and Certifications-Commercial Items;
Clause 52.212-4, Contract Terms and Conditions Commercial Items
applies. Addendum to FAR 52.212-4; Paragraph (o) Warranty - Add
''Additionally, the Government will accept the contractor's commercial
warranty''. Add the following addendum clauses FAR 52.211-5, New
Material and 52.232-28, Electronic Funds Transfer Payment Methods. The
clause at 51.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items applies with
the following applicable clauses for paragraph (b): FAR Parts 52.203-6,
52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3 DFARS 252.212-7001, DFARS 252.225-7012 and DFARS 252.225-7001.
In addition, the following clauses will be included in the resultant
contract: 52.999-4015, Payment Address, 52.999-4024, Contractor
Contract Administrator(s) 52.999-4030, Purchasing Office
Representatives, 52.247-35, F.O.B. Destination, Within Consignee's
Premises. The Vendors that provide the mainframe hardware and software
that meets the requirements listed above must submit TWO COPIES of
their proposal for consideration (by handcarrying or common courier) no
later than 2:00 p.m., 03 DEC 96 to Virginia Contracting Activity; Attn:
Lobby (DAP-2A/Ida Logsdon (202) 231-8290)); Bldg. 6000; Bolling AFB,
Washington, D.C. 20340-5100. DOCUMENTATION RECEIVED AFTER THIS TIME AND
DATE ARE SUBJECT TO CLAUSE ''Late Submissions, Modifications, and
Withdrawals of Bids'' (FAR 52.214-7). All proposals are to be sealed
and the outer envelope or wrapping be addressed as stated above. All
proposals must reference Solicitation MDA908-96-R-0054. Vendors MUST
include a facsimile number, if available, in their proposal. (0320) Loren Data Corp. http://www.ld.com (SYN# 0213 19961118\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|