PlateSpin Forge Solution

Solicitation Number: CPSC-Q-08-0102
Agency: Consumer Product Safety Commission
Office: Division of Procurement Services
Location: Division of Procurement Services
  • Print
:
CPSC-Q-08-0102
:
Combined Synopsis/Solicitation
:
Added: Aug 11, 2008 3:48 pm
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, 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. It is the responsibility of interested sources to monitor FedBizOpps for any amendments to the solicitation. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation number is CPSC-Q-08-0102 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112. This requirement is unrestricted and only qualified offerors may submit quotes. The Consumer Product Safety Commission (CPSC) requires the following items, BRAND NAME OR EQUAL, to the following:

PN/ITEM: PF1-25-LIC PlateSpin Forge 25 Workload Capacity. 1ea

PN/ITEM: PF1-EAP PlateSpin Forge Enterprise Accessory Pack. 1ea

PN/ITEM: PF-25-AMS-PI PlateSpin Forge Premium Maintenance. 1ea

PN/ITEM: PF-SHIP PlateSpin Forge Shipping & Handling. 1lot

Minimum Essential Characteristics



Processor – Dual Processor, Quad Core 2.6 GHZ

Memory – 32 GB RAM

I/O Resource – 6 Gigabit Ethernet NIC Ports

Storage – 2.5 TB SATA RAID 5

Power – Redundant 750W hot-plug auto switching universal 110/220V AC power supplies

Chassis – 2U Rack-mountable

Software – Embedded VMware ESX virtualization technology and recovery software





An out of the box hardware appliance, which shall provide disaster recovery protection for up to 25 physical or virtual server workloads. Protection of the server workload entails replication of the server workloads operating system and associated applications running on the server workload be it a physical or virtual. All necessary hardware, storage, recovery software and VMware ESX virtualization technology ready to go and included.



The appliance shall be able to receive workloads over a WAN link at a remote site chosen by the systems management team. Server workloads on the appliance shall be able to share appliance resources such as memory and network bandwidth.



Recovery software shall be able to integrate with the server workload kernel to provide block level replication to the appliance. The appliance shall be able to replicate server workloads either using file or block level replication. Replication from physical to virtual or virtual to physical will be accomplished while the server workloads are online and functional. The system administrator will be allowed to schedule when replication will occur to meet recovery time objectives.



The appliance can be managed through a web browser where system administrators can configure settings for server workloads, failover, and alerts. The web based management page will also provide status of server workloads being protected including replication information.



Testing of server workloads replicated to the appliance will be available to the system administrator for disaster recovery exercises. In the situation of a perceived disaster the appliance will be able to prepare for a failover for server workloads being replicated. This will assist the system administrator in bringing server workloads online in a timely manner. In the situation of a real disaster, once the site that had the disaster is available, server workloads then can be restored / replicated back to there original physical or virtual server.



Length of delivery time after receipt of order by the vendor must be specified. Quotes shall include warranty information. Quotes must be valid through September 30, 2008. Quoters must submit a completed copy of 52.212-3 - Offeror Representations and Certifications - Commercial Items, or provide their DUNS number for online accessible Representations and Certifications in ORCA. All quoters must be Central Contractor Registration (CCR) registered and must provide their DUNS number, name and address (which must match CCR registration), and Tax Identification number.



The following clauses are incorporated by reference:52.211-6 Brand Name or Equal (Aug 1999),52.212-3 Instructions to Offerors - Commercial Items; 52.212-2 - Evaluation - Commercial Items; 52.212-3 - Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract terms and Conditions required to Implement Statues or Executive Orders - Commercial Items and the following clauses apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33, 52.239-1; 52.217-6 Option for Increased Quantity];



In accordance with the provisions of 52.212-2, Evaluation - Commercial Items, award will be made to the lowest priced technically acceptable offer. Quoters must also submit the manufacturer name and model number of units proposed. Any vendor quoting an alternative product must provide complete supporting documentation the that product is equal to the brand name identified and that it meets all minimum essential characteristics in the item descriptions cited above. See clause 52.211-6 Brand Name or Equal referenced at the beginning of this notice.



Date and time for submission of quotes: Quotes must be received no later than 3:00 PM August 20, 2008. Quotes, technical literature, warranty documents and any other documents to be submitted in response to this solicitation may be emailed to rfrost@cpsc.gov, by fax to the attention of RFrost at fax number 301-504-0628 or by mail to Robert Frost, U.S. Consumer Product Safety Commission, Div of Procurement Services, Rm 517, 4330 East-West Hwy, Bethesda, MD 20814. Please reference the solicitation number on all documents. Quoters are responsible for confirming receipt of submitted documents.

Contracting Office Address:

Consumer Product Safety Commission, Division of Procurement Services, Division of Procurement Services, 4330 East West Highway, Room 517, Bethesda, MD, 20814-4408, UNITED STATES

Point of Contact(s):

Robert Frost, Contract Specialist, Phone (301) 504-7116, Fax (301) 504-0628, Email rfrost@cpsc.gov - Donna Hutton, Contracting Officer, Phone (301) 504-7009, Fax (301) 504-0628, Email dhutton@cpsc.gov

:
4330 East West Highway, Room 517
Bethesda, Maryland 20814-4408
:
4330 East West Highway
Bethesda, Maryland 20814-4408
United States
:
Robert J. Frost,
Contract Specialist
Phone: 3015047116
Fax: 3015040628
:
Donna Hutton,
Contracting Officer
Phone: (301) 504-7009
Fax: (301) 504-0628