COMBINED SYNOPSIS/SOLICITATION- QUANTUM EQUIPMENT WITH A BRAND NAME JUSTIFICATION
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; quotations are being requested and a written solicitation will not be issued.
This solicitation, R10PS80505, is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43.
The solicitation is 100% Total Small Business set-aside, the associated NAICS code is 334119, and the small business size standard is 1,000 employees.
This combined synopsis/ solicitation is for the following commercial items:3 each LSC5H-ULSL-046A, Quantum Scalar i500 46-slot License Key, field upgrade2 each LSC5H-UTDT-L4HA, Quantum Scalar i500 HP LTO-4 Tape Drive Module1 each 4Gb Storage Networking, field upgrade1 each LSC5H-UEXM-900N, Quantum Scalar i500 9U Expansion Module2 each zero activated slots, field upgrade (NAM/APAC/LAM)1 each LSC5H-URPS-000A, Quantum Scalar i500 Redundant (2N) Power Supply, field upgrade2 each 3-03893-01, Quantum Fibre Channel Interface Cable, optical multimode 50 micron, LC-to-LC, 24.5 ft (7.5 m)1 each SSCBB-NTDF-0121, Quantum Library, Tape Drive Module, native Fibre Channel or Storage Networking (SNW), Installation and Configuration, up to 12, zone 11 each SSC5H-NEXM-0001, Quantum Scalar i500 9U Expansion Module, Installation, zone 14 each SLBBM-LTDX-BL11, Quantum Scalar i500 Library, Tape Drive Module, Bronze Support Plan (5x9xNBD on-site), Uplift, annual, zone 1 (Service thru Current Contract: June 28, 2012)2 each SSC5H-LEXM-BL11, Quantum Scalar i500 9U Expansion Module, Bronze Support Plan (5x9xNBD on-site), Uplift, annual, zone 1 (Service thru Current Contract: June 28, 2012)Delivery Date: 10 September 2010
FOB Destination- Denver Federal Center6th & KiplingBldg 67, Entrance E3, Room 165Denver, CO 80225-0007
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The Government will award a fixed-price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering price and ability to meet the Government requirement.
The offeror must include with the offer a completed copy the Online Representations and Certifications Application (ORCA), which is the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause applicable to the acquisition are b(9)(i), b(19), b(20), b(21), b(22), b(23), b(25), b(32)(i), b(34), and b(39).
TECHNICAL FACTS SUPPORTING A REQUEST TO ENTER INTO AN ACQUISITION THAT PRECLUDES CONSIDERATION OF A PRODUCT MANUFACTURED BY ANOTHER COMPANY (FAR 11.105)
Introduction: Pursuant to Federal Acquisition Regulation 11.105(c), the following data is furnished to the Contracting Officer to support the requisitioning office's request that the items/services identified on the above-mentioned requisition must be manufactured by a specific company. The requisitioning office understands that a contract may not be awarded on a specific manufacturer basis unless the Contracting Officer concurs with the reasons stated below.
1. Identification of Agency, Contracting Activity and Document. Bureau of Reclamation, Reclamation Service Center, Denver, Colorado; Information Technology Services Division (84-21100).
2. Nature and/or Description of Action Being Approved. The Acquisition of an upgrade to an existing Tape Library is required by Information Technology Services Division. The upgrade is required due to expansion of Windows desktop client data volume. The upgrade will add two additional tape drives and (in Library) tape storage to handle backup requirements for Windows. This upgrade consists of the following components:
3. Description of the Supplies or Services Required to Meet Agency's Need & the Estimated Value.
Part Number Item DescriptionCLIN 0001 LSC5H-ULSL-046A 3 each Quantum Scalar i500 46-slot License Key, field upgradeCLIN 0002 LSC5H-UTDT-L4HA 2 each Quantum Scalar i500 HP LTO-4 Tape Drive ModuleCLIN 0003 no part number 1 each 4 GB Storage Networking, field upgradeCLIN 0004 LSC5H-UEXM-900N 1 each Quantum Scalar i500 9U Expansion ModuleCLIN 0005 no part number 2 each zero activated slots, field upgrade (NAM/APAC/LAM)CLIN 0006 LSC5H-URPS-000A 1 each Quantum Scalar i500 Redundant (2N) Power Supply, field upgradeCLIN 0007 3-03893-01 2 each Quantum Fibre Channel Interface Cable, optical multimode 50 micron, LC-to-LC, 24.5 ft (7.5 m)CLIN 0008 SSCBB-NTDF-0121 1 each Quantum Library, Tape Drive Module, native Fibre Channel/Storage Networking (SNW), Installation and Configuration, up to 12, zone 1CLIN 0009 SSC5H-NEXM-0001 1 each Quantum Scalar i500 9U Expansion Module, Installation, zone 1CLIN 0010 SLBBM-LTDX-BL11 4 each Quantum Scalar i500 Library, Tape Drive Module, Bronze Support Plan (5x9xNBD on-site), Uplift, annual, zone 1 (Service thru Current Contract: June 28, 2012)CLIN 0011 SSC5H-LEXM-BL11 2 each Quantum Scalar i500 9U Expansion Module, Bronze Support Plan (5x9xNBD on-site), Uplift, annual, zone 1 (Service thru Current Contract: June 28, 2012) 4. Unique Features of the Proposed Product.The components are required to install into an existing tape Library that is being operated and maintained for Corporate and Denver Office combined backups. The proposed vendor (which is a Quantum reseller) is the only known source to guarantee compatibility and provide support for the required upgrade components.
5. Evaluation of Other Potential Sources.a. Explain why this particular brand name, product, or feature is essential to the Government requirements. (List the salient characteristics.) The proposed manufacturer, Quantum, Inc. was the original equipment manufacturer of the tape hardware currently being used. They (or reseller) are the only known that can provide upgrade component compatibility and for the existing Library.
Characteristics: Drive Interface: SCSI-2/SCSI-3 LVD; integrated FC interface optionLibrary Interface: SCSI-2/SCSI-3 LVD; SAS; integrated FC interface optionInventory Speed: 128 slots in less than 20 secondsConfiguration: Auto-discovery and auto-calibration for installed/added components (modules, tapes, drives, magazines, etc.)Import/Export: Up to 54 (LTO) positions in removable magazinesProactive remote diagnostics and relational diagnostics through innovative ILayer softwareEnhanced encryption solutions to secure your dataCommon management and service provided across disk and tape solutionsRack-mount design for easy and flexible installation optionsRetains up to 643 TB of dataElectrical: 100-240 VAC, 50-60HzTemperature: 10-40 degrees C operatingHumidity: 20-80% non-condensing operatingReliability- Library MCBF: Greater than 2,000,000Reliability- Library MTTR: 30 minutesReliability- Power: Optional 2N power for all systems and drivesReliability- Diagnostics: Embedded monitoring of all major subsystems, self-diagnostic procedures, and policy-based email and pager alerts to system administrators and Quantum Global ServicesReliability- Module Upgrade: Any storage module may be added in 30 minutes; customer-installable components include drives, fans, power supplies, and slot upgrades IEC 60950 with worldwide country deviations
b. List other companies contacted and state the findings: (indicate whether or not the companies have a similar product, if their product lacks the particular feature, or does not meet, or cannot be modified, to meet the agency needs). See line item 4 above.
I hereby certify that the supporting data above, which is the responsibility of a Bureau of Reclamation requirements/technical personnel and forms basis for this justification, are complete and accurate to the best of my knowledge and belief.
Certification by Requirements/Technical Personnel:
Electronically signed by: Technical User's Signature //s// Title: IT Specialist Date: June 29, 2010
Concurrence by the Contracting Officer
Offers are due no later than 3:00 PM MDT, 31 August 2010, via email to Sherry Stuart at
[email protected]. Offers must include the following: company name, company address, point of contact, point of contact phone number, DUNS number, and tax id number, itemized quotation including all shipping and handling charges FOB Destination.
Please contact Sherry Stuart at
[email protected] or (303) 445-2437 for more information regarding the solicitation.
Bid Protests Not Available