COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2000 PSA #2709
SOLICITATIONS
D -- INTERNET-BASED BACKUP/ARCHIVE AND RECOVERY SERVICES
- Notice Date
- October 17, 2000
- Contracting Office
- Huntington District Corps of Engineers, 502 Eighth Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- DACW69-01-T-0002
- Response Due
- October 31, 2000
- Point of Contact
- Mary L. Newman, CONTRACT SPECIALIST (304) 529-5228, Shelia L. Lewis, CONTRACTING OFFICER
- Description
- This notice is a combined synopsis/solicitation for commercial items. It is a Request for Quotations (RFQ) being conducted under the Simplified Acquisition Procedures (SAP) in Federal Acquisition Regulation (FAR), Part 13, including Part 13.5. This announcement constitutes the only solicitation document and is the RFQ. A written solicitation package is not available. This procurement is a 100% small business set-aside. The Standard Industrial Code (SIC) is 7379 with a size standard of $18 Million (average annual receipts for the preceding three years). The North American Industry Classification System (NAICS) code is 541519. The solicitation number for this RFQ is DACW69-01-T-0002. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The clause at 52.212-3 Offeror Representations and Certification -- Commercial Items (required with quote) is applicable to this acquisition. The clauses at FAR 52.212-1 Instructions to Offerors -- Commercial Items and FAR 52.212-4 Contract Terms and Conditions -- Commercial items, apply to this acquisition. Also, the clause at 52.212-5 Contract Terms & Conditions required to implement Statues or Executive Orders -- Commercial Items, applies to this acquisition including paragraph (b), subparagraphs (1)52.203-6,(5) 52.219-8, (7) 52.219-14 (11) 52.222-21 (12) 52.222-26, (13)52.222-35 (14)52.222-36 (15) 52.222.37 (22) 52.232-33, and (25)52.239-1. The clauses at 52.217-9 Option to Extend the Term of the Contract, 52.204-2 Security Requirements, 52.216-18 Ordering,52.216-19 Order Limitations, 52.216-22 Indefinite Quantity and 252.201-7000 Contracting Officer's Representative also apply to this acquisition. This scope of work requires that the contractor provide non-personal, professional services to the Great Lakes and Ohio River Division U.S. Army Corps of Engineers for Internet-based backup/archive and recovery services. The area of coverage will include all of the Great Lakes and Ohio River Division including two Division Regional Offices located in Cincinnati, OH, and Chicago, IL, and districts located in Chicago, IL, Buffalo, NY, Detroit, MI, Pittsburgh, PA, Louisville, KY, Nashville, TN, and Huntington, WV. Initially the contract services will be provided for the Huntington District, with possible expansion to other offices in the Division. Approximate time will begin on date of contract award and continue for one calendar year. There are three additional one year option periods. This contract will be Firm Fixed Price, Indefinite Delivery Type. Award will be made as a whole to the contractor whose quotation conforms to the solicitation and has been determined to be the best value to the Government, considering ability to meet the technical specifications listed in this solicitation, experience and price. Information shall be submitted on said factors showing the contractor's ability to perform the required services. The Huntington District has approximately 30 file servers and over 900 PC and laptop computers. Current server storage is 168Gb. Each PC and Laptop has up to 20Gb hard drives with most current averaging 10Gb. Services include al items related to hosting and maintaining on offsite Internet accessible backup/archive service based on Connected Corporation's "Connected Backup Software". The service will also archive files stored on network file servers. The system will not be required to archive files that are in an opened state of files greater than 1.5gb. The service must already be established and proven and have a proven track record with similar sized private companies and/or government agencies suing the services. The Contractor must submit references, describing detailed experience in this service. The contractor will make software available to the government to pilot a single computer for no more than one week as a test and validation of the services to be offered. All of the servers will be added over a two month period. PC's will be added as service is required by the end user. Monthly work orders will be issued to the contractor for backups for two categories -- PC's and Servers. PC's include laptops and desktops. Backups for the PC category are broken down by quantity and are priced per each. CLIN 0001 is backup of 1 to 100 PC's, CLIN 0002 is 101 to 500 PC's, CLIN 0003 is 501 to 800 PC's, CLIN 0004 is 801 to 1500 PC's, CLIN 0005 is 1501 to 3000 PC's. Servers are priced per each at a base rate on CLIN 0006 for each server up to 300 MB of changes per month. CLIN 0007 is for each MB over 300MB per month and is priced per each MB. All 7 CLINS are the same for each of the three option periods. Price of the bid schedule shall include all overhead, profit, and labor. Provide prices for all 7 CLINS in the based period listed above and for each option period, specifically CLINs 0008 thru 0014 for the 1st option period, CLINs 0015 thru 0021 for the 2nd option period and CLINs 0022 thru 0028 for the 3rd option period. The price breakdown should include a unit price for each of the 28 contract line items. The contractor shall provide the following services: 1) Already existing and proven offsite backup/archive and recovery service based on Internet and client/server technologies providing the capability to back up data on PC's, laptops, and servers for local, mobile, and remote users and networks -- quickly and securely. No design services will be entertained; 2) Single product to backup PCs/laptops, and provide data archiving for servers; 3) System must use DES and triple-DES encryption/security of data for both transport and storage; 4) Support delta file transfers at the byte level; 5) Support elimination of redundant file transfers and storage for redundant files; 6) Support file compression; 7) Support daily random time scheduling of backups during off-peak hours. Random scheduled backups will occur during the hours of 6pm to 6am Monday-Sunday Eastern Standard Time, (critical); 8) Support a transaction log showing activity and redundancy (if applicable); 9) System will flag opened, or locked files for future backup/archiving processes; 10) Data must be stored and retrievable via the public internet on a 365x24x7 basis; 11) System will support alternate site, or server fail over in case of maintenance or unavailability; 12)Entire data sets must be retrievable by alternate means and media such as CD-ROM or small re-usable servers; 13) System must be able to support an initial repository of 200gb and scale to allow a minimum of 1400gb; 14) System must be able to support files transfers to Internet connections from 56k v.90 modems to T-3 speeds; 15) System must maintain, and allow retrieval of a minimum of 20 revisions of an active file; 16) System must maintain and allow retrieval of deleted files up to one (1) year; and; 17) System account maintenance must be available via secure socket layer(SSL)web browser. The Government reserves the right to place orders against this contract for any item or combination of items in a total amount (including option year(s)) not to exceed $500,000.00. The Government guarantees to order $6,250.00 during the period of the contract. Payment for services will be processed at end of month after submission, approval and acceptance of invoice. Payment will be made in accordance with the prompt payment clause. Quotes must contain sufficient information to demonstrate the vendor's ability to meet the Government's needs as described in the statement of work and include an explanation of how the contractor will provide the services requested. Also required is a quote on CLINs 0001 thru 0028 as described above. Quotations are due by 3:00 PM EST on October 31, 2000 and MUST include a copy of the provisions in 52.212-3, Offeror Representations and Certification -- Commercial Items which may be downloaded along with any other clauses from http://www.arnet.gov/far. Winning contractor must be registered with Central Contractor Registration (CCR). Register with CCR at www.ccr2000.com . All quotations shall be FAXED to the US Army Corps of Engineers Attn: Mary Newman (304) 529-5281 or sent E-MAIL to maryn@lrh.usace.army.mil. For information call Mary Newman at (304)529-5228.
- Record
- Loren Data Corp. 20001019/DSOL003.HTM (W-291 SN5044O8)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on October 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|