FOFI COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12REOUISITION NO. 1 PAGE 1 OF 29 162-109F-1841 2. CONTRACT NO. a. DATE If. N0. DOLJ109F31255 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE 162-109F-1841 7. FOR SOLICITATION 31- WE D. TELEPHONE NO. (NO Collect Calls) 8. OFFER DUE INFORMATION CALL: Barry Jordan 202?693-7196 TIME 9. ISSUED av CODE Ilaos 10. THIS ACQUISITION IS OASAM Office of Procurement Services UNRESTFIICTED OR SETASIDE 1-00 N. FOR: U. S. Department Of Labor EM I RM 5430., ESWBUSINESS SMALL 200 Constitution Ave., NW GM Washington DC 20210 423430 3? INES a ERVICE-OISAOLED RAN- A $12 NED SMALL BUSINECE 3? 11. oeuvr?lR?/SFSOR FOB DESIINA- 12. DISCOUNT TERMS 13h. IIDN BLOCK IS Net 30 1312. THIS CONTRACTISA MARKED HATED ORDER UNDER CIT m? I owe 14. METHOD OF A HE EE SC FIFO IFB RFF 15. DELIVER TO U. S. Department of Labor OSHA Directorate of Technology ATTN: Edgar Beery 200 Constitution Ave. NW. Room 56212 Washington DC 20210 CODE [044273592 SARAS AMERICA INC. 613/ 3% 38345 10 MILE RD STE HILLS MI 483352837 TELEPHONENO. 248?489?8484 ext. 946 17b. CHECK IF IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER CODE 11650 18. ADMINISTEFIED BY CODE 1605 OASMI Office of Procurement Services U. S. Department of Labor RM $4307 200 Constitution Ave? NW Washington DC: 20210 Iae. PAMNTWILL BE MADE CODE 1 U. S. Department of Labor OSHA Branch of Invoice Payments Room N3419 200 CONSTITUTION AVENUE. NW WASHINGTON DC 20210 ISO. INVOICES TO ADDRESS SHOWN IN BLOCK 18.: UNLESS BLOCK BELOW IS CHECKED SEEADDENDW .9. . See CONTINUATION Page 21_ 22. a 2* ITEM NO. SCHEDULE OF SUPPDESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT The Contractor Shall provide all labor. materials, parts and 1 Job $699,772.90 $699,772.90 attached Statement Of Work. (Use Reverse MOI Much Additional Sheet: as Necessary) equipment to complete Phase One Of the OSHA Server and SANS Storage Equipment as described in Section in the 25. ACCOUNTING AND DATA See COMINUATION Page 1000 I $699,772.90. $599. 7'72 . 90 278. SOLICITATION INCORPORATES BY REFERENCE FAR 52.2124. 52.2124. FAR 52.212-3 AND 52212-5 ARE ATTACHED. ADDENDA 3 27b. CONTRACTIPURCHASE ORDER INCORPORATED BY REFERENCE FAR 52312?4. FAFI 52212-5 IS ATTACHED. ADOENDA if 28. CONTRACTOR IS REOUIREDTO SIGN THIS DOCUMENT AND REIIJRN 1 PDF COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DEUVEH ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY a ARE ARE NOT ATTACHED. ARE [3 ARE NOT ATTACHED 29. OF CONTRACT: REF. OFFER DATED 92312010 YOUR OFFER ON SOLICITATION INCLUDING ANY ADDITIONS OH CHANGES WHICH ARE SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED 10a. SIGNATURE OF ser FORD-I HEREIN IS ACCEPTED AS TO ITEMS: 31a. ICAI NA- 30c. DATE SIGNED on. NAME AND TIILE OF a. Huce was new, PRES-WENT OR [2-9 UTHOFIIZED FOFI LOCAL REPRODUCTION FIEVIOUS EDITION IS NOT USABLE 31h. NAME OF OFFICER 31c. . a; .92 Wanda. Maddox Contracting 0f ficer STANDARD FORM 1449 (REV. Jams) Prescribed by GSA FAR (43 53.212 Table of Contents SECTION A A.1 SF 1449 FOR COMMERCIAL ITEMS SECTION - CONTINUATION BLOCK .. 13.1 SCHEDULE ..B-1 13.2 DELIVERY SCHEDULE SECTION CONTRACT CLAUSES ..C-1 C.l 52.212?4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR ADDENDUM TO FAR 52.212?4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL C.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED IMPLEMENT STATUTES OR EXECUTIVE ITEMS (FEB 2010) .. C-6 SECTION - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS ..D-1 DOLJ109F31255 Section 3 SECTION - CONTINUATION BLOCK B.1 SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO . PRICE 0001 1.00 $699,772.9000 $699,772.90 Total Solution for OSHA Server and SAN Storage Replacement, To include all data migration, equipment delivery, setup and assumptions Included in Contractor's Proposal dated 9/23/2010. All deliveries of equipment will be made in accordance with Appendix Hardware Shipment Locations)contained in the attached Statement of Work. NO: 1: $35,400.00 l62?109F?1841/398484 NO: 2: $91,000.00 NO: 3: $15,300.00 162?109F?184l/398484 NO: 4: $15,300.00 l62?lO9F?1841/398484 NO: 5: $15,200.00 NO: 6: $15,200.00 NO: 7: $274,000.00 NO: 8: $238,372.90 GRAND TOTAL $699,772.90 ITEM NUMBER QUANTITY DATE OF DELIVERY 0001 1.00 11/29/2010 SHIP TO OSHA Directorate of Information Technology (National Office) US Department of 200 Constitution Ave. N.W. Suite S6212 Washington, DC 20210 MARK FOR: Edgar Beery All deliveries will be made in accordance with Appendix (OSHA Hardware Shipment Locations) of the Statement of work. Delivery Address for Salt Lake City: US Department of Directorate of Information Technology, Salt lake City Technical Center, 8660 South Sandy Parkway, Sandy, Utah 84070, AETN: Terry Lane. 341 DOLJ109F31255 Section SECTION - CONTRACT CLAUSES C.1 52.2124 CONTRACT TERMS AND ITEMS (MAR 2009) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inSpect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post?acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (0) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitabie adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52233?1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. Definitions. The clause at FAR 52.202?1, Definitions, is incorporated herein by reference. Excusable delays. The Contractor shall be liable for defauit unless nonperforrnance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall give written notice to the Contracting Officer of the cessation of such occurrence. Invoice. The Contractor shall submit an original invoice and three copies(or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include? Name and address of the Contractor; (ii) Invoice date and number; Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; DOLJ109F31255 Section Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of officiai to whom payment is to be sent; Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (X) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) if EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause 52232?33, Payment by Electronic Funds Transfer?? Central Contractor Registration, or 52232?34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. Payment.? (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52212?503) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-- Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-- C-2 DOLJ109F31255 Section (A) Circumstances of the overpayment duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. Final decisions. The Contracting Officer will issue a final decision as required by 33.21 1 if?- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; a: (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.6074). (iv) if a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on?- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. C-3 DOLJ109F31255 Section (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608?2 of the Federal Acquisition Regulation in effect on the date of this contract. Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if tranSportation is f.o.b. destination. (it) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (1) Termination for the Government?s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (0) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. Compliance with laws unique to Government contracts. The Contractor agrees to comply with 3i U.S.C. 1352. relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti- Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; Section 1553 of the American Recovery and Reinvestment Act of 2009 relating to whistleblower protections for contracts funded under that Act; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (3) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. C-4 DOLJ109F31255 Section (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212?5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. If a Contractor has legain changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change?of?name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (8) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph of this clause, or fails to perform the agreement at paragraph of this clause, and, in the absence of a properly executed novation or change-of?name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the ?Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at or by calling 1?888?227?2423 or 269?961-5757. DOLJ109F31255 Section C.2 52.212?5 CONTRACT TERMS AND CONDITIONS REQUIRED TO INIPLEPVIENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (FEB 2010) The Contractor shall compiy with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 5222250, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate 1 (AUG 2007) of 52222-50 (22 U.S.C. 7104 (2) 52233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) The Contractor shall comply with the FAR ciauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52203-13, Contractor Code of Business Ethics and Conduct (DEC 2008)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). [i (3) 52.203? 15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 1 1 (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) (4) 52204-1 1, American Recovery and Reinvestment Act?Reporting Requirements (MAR 2009) (Pub. L. 111-5). (5) 52.2193, Notice of Totai Set-Aside (Jan 1999) (15 U.S.C. 657a). (6) 52219-4, Notice of Price Evaluation Preference for Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (7) [Reserved] 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. Alternate 11 (Mar 2004) of 52.219-6. 52.219?7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate (Oct 1995) of 52.219-7. Alternate 11 (Mar 2004) of 52219-7. (10) 52219?8, Utilization of Smail Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and C-6 DOLJ109F31255 Section (1 52.219-9, Small Business Subcontracting Plan (APR 2008) (15 U.S.C. [1 (ii) Alternate I (Oct 2001) of 52.219-9. Alternate II (Oct 2001) of 52.2199 (l2) 52.219?14. Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(l4)). (l3) 52.219?16, Liquidated Damages--Subcontracting Plan (I an 1999) (15 U.S.C. 52219?23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) (ii) Alternate I (June 2003) of 52.219-23; (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (APR 2008) (Pub. L. 103-355. section 7102, and l0 U.S.C. 2323). (16) 52219?26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). (17) 52219-27, Notice of Total Service-Disabled Veteran?Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 (18) 52.219?28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C (19) 52222-3, Convict Labor (June 2003) (ED. 11755). (20) 52222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (ED. 13126). (21) 52222?21, Prohibition of Segregated Facilities (Feb 1999). (22) 52222-26, Equal Opportunity (Mar 2007) (13.0. 11246). (23) 52.22235. Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.22236, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (26) 52.222?54, Employment Eligibility Verification (I an 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the~shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223?9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (MAY 2008) of 52223-9 (42 U.S.C. (Not applicable to the acquisition of commercially available off-the?shelf items.) (28) 52223?15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). C-7 DOLJ 1091531255 Section 52223?16, 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (13.0. 13423). (ii) Alternate I (DEC 2007) of 52.223-16. (30) 52225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a?10d). 52.225?3, Buy American Act?Free Trade Agreements?- Israeli Trade Act (JUN 2009) (41 U.S.C. IOa-lOd, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C 3805 note, Pub. L. 108-77, 108?78, {08?286, 108?302, 10963 and 109?169, 109?283, and 110-138). (ii) Alternate I (J an 2004) of 52.225-3. Alternate II (Jan 2004) of 52.225?3. (32) 52225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (34) 52226-4, Notice of Disaster or Emergency Area Set?Aside (Nov 2007) (42 U.S.C. 5150). (35) 52226?5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 2550?), 10 U.S.C. 2307(3). (37) 52232?30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(3). (38) 52.232-33, Payment by Electronic Funds Transfer~?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (39) 52.232?34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (40) 52.23236, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). (41) 52239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52247?64, Preference for Privately Owned Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (ii) Alternate 1(Apr 2003) of 52247-64. The Contractor shall comply with the FAR clauses in this paragraph applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222?41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq). (2) 52222?42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) Employee Class Monetary Wage?~Fringe Benefits C-8 DOLJ109F31255 Section (3) 52222-43, Fair Labor Standards Act and Service Contract Act-~Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 4] U.S.C. 351, et seq.) (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?~Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) [1 (5) 52222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment?Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (6) 52222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services?- Requirements (FEB 2009) (41 U.S.C. 351, et seq.) (7) 52.2266, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 1 10-247) [1 (8) 52237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (cl) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period Specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the ContractOr to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. Notwithstanding the requirements of the clauses in paragraphs and of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- 52203?13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 1 10-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (ES U.S.C. 637(d)(2) and in all subcontracts that offer further subcontracting Opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting Opportunities. C-9 DOLJ 1091531255 Section [Reserved] (iv) 52222-26, Equal Opportunity (Mar 2007) (no. 11246). 52222-35, Equal Opportunity for Speciai Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Removed and reserved] 52222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222?50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52222-50 (22 U.S.C. 7104(g)). 52222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment?Requirements "(Nov 2007)? (41 U.S.C. 351, et seq.) (xi) 52222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services- Requirements (FEB 2009)(41 U.S.C. 351, et seq.) (xii) 52,222-54, Employee Eligibility Verification (JAN 2009) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph of FAR clause 52.226-6. (xiv) 52247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph of FAR clause 52247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. C-IO Section SECTION - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHNIENTS STATEMENT OF WORK Infrastructure Modernization Phase I ?Server and SAN Replacements Occupational Safety and Health Administration Directorate of Information Technology I PURPOSE The US. Department of Labor, (USDOL), Occupational Safety and Health Administration (OSHA), Directorate of Information Technology (DIT) is responsible for information resource management of agency information technology projects, including management of systems for the electronic transmission of occupationai safety and health information to OSHA staff, partners and customers. network hardware has reached the end of its iife cycle. DIT has maximized its current configuration, life expectancy, and growth. OSHA has begun a network infrastructure modernization project which will be implemented through a phased approach. This phased approach will minimize the impact on OSHA current staffing and budgetary resources. This statement of work is to begin building an server infrastructure that will support mobile workforce, improve system performance, provide redundancy for high availability connectivity and disaster recovery, provide ease of connectivity for emergency reSponse teams, as well as provide for growth to support future OSHA initiatives. II BACKGROUND As an Agency of the US. Department of Labor, the Occupational Safety and Health Administration?s (USDOL OSHA) mission is to assure the safety and health of America's workers by setting and enforcing standards; providing training, outreach, and education; establishing partnerships; and encouraging continual improvement in workplace safety and health. OVERALL CURRENT INFRASTRUCTURE ENVIRONMENT The is an end-to-end private communications facility consisting of: 0 Approximately 140 local area networks (LAN s) at various OSHA federal and state sites, including offshore sites (Puerto Rico and Virgin Islands) 0 Approximately 200 servers connected to the network 0 DNS, DHCP and WINS services I Approximately 10 centralized e?mail servers - Remote access services 0 Two main data centers: one at'the National Office in Washington, DC, and the Recovery Site in Salt Lake City, UT. Section The infrastructure connects to the National Office (NO) with the Regional, Area, and Field Offices through a MPLS Wide Area network. Regional, Area, and Field Offices are connected to the network via a Ti to T3 line speed. These services are achieved though what is commonly known the the high level design contains two major elements, WAN and the LAN. The Wide Area Network (WAN) is the component that links sites and allows OSHA remote sites at different locations to communicate with one another. The main component is located in the National Office with a recovery site in Salt Lake City, Utah. The Local Area Network (LAN) is limited to a Specific location, such as afield office and regional offices and provides access to a variety of information resources. IV SCOPE The Occupational Safety and Health Administration (OSHA), Directorate of Information Technology (DIT), is responsible for replacing storage equipment in the national office located in Washington, DC and the secondary site located in Sandy, UT as well as replacing the required servers in the national office located in Washington, DC, the secondary site located in Sandy, UT, and the ten (10) OSHA Regional Offices within the target dates. requires the procurement, burn?in, setup and shipment of 2 - new SAN storage equipment to the Washington, DC and Sandy, UT locations; and procurement and shipment of all servers to the same locations to be completed within 2 months after award. The new equipment and associated software must meet all federal mandates. The equipment and software shall be installed with an OSHA approved configuration, and must pass the federal security certification process. The majority of the software installed on the new equipment shall be OSHA-furnished licensed commercial applications. A Scope Task Requirements The vendor will provide replacement equipment and software to accomplish the OSHA storage solution upgrade and the server upgrade. Equipment to be replaced: Component Solution Servers Procurement and delivery of select windows based servers in the National Office, and Sandy, UT Datacenters. Storage Storage Area Network Procurement, installation, configuration, (SAN) integration, implementation, and knowledge transfer in the National Office and Sandy, UT Section Server and SAN Storage Replacement 1. Servers OSHA is specifying the following classes of servers, Class A (File and Print), Class (Application/Regional Offices), Class (Database), and Server Class (Firewall). Features I Qty Supported Windows Servers - Washington, DC (National Of?ce Data Center NOD Class A - File and Print 3 Class - Application/Regional Office Servers 14 Class - Database Servers 3 Class D- Firewall I 9 Supported Windows Servers - Sandy, UT (Salt Lake City Data Center) Class A File and Print 3 Class Firewall 2 Ten (10) of the Class servers procured and delivered are being configured by OSHA staff for the Regional offices located throughout the US. Appendix Server Speci?cations contains detail Specifications for the Windows-based Servers; and Appendix - OSHA Hardware Shipment Locations provides the shipping information. 2. SAN Storage OSHA requires the vendor to replace the current SAN in the National Office; Washington, DC. and Sandy, UT with SAN components that have at least the capability of 4GB/sec fiber and 1GB/sec connection speeds which could be upgradable to SOB/sec fiber and iOGB/sec connection speeds. The SAN component?s total storage capacity should accommodate at least 34 Terabytes for live data storage and 30 TB for archived data. Appendix Minimum SAN Specifications lists the minimum specifications required by storage goals are to provide the initial storage requirements for current, archived, and retention data, as well as providing the performance necessary for optimal service of applications, such as MS Exchange (e?mail), database access and OSHA applications used and accessed by the majority of the OSHA workforce while building the foundational storage infrastructure to allow for future storage growth. Example of SAN Con?guration for Initiai and Future Growth Proposed Secondary Purchase Configuration Initial Purchase Con?guration 1 1TB or Greater per SATA Drive 1TB or Greater per SATA Drive 1TB or Greater per SATA Drive 40068 or Greater per Fiber Channel Drive 1113 or Greater per SATA Drive 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Dn?ve 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Drive 40068 or Greater per Fiber Channel Drive Replication and Management Software 40068 or Greater per Fiber Channel Drive National Of?ce (34TB Live, 22TB Archived) 40068 or Greater per Fiber Channel Drive Replication and Management Software Salt Lake (34TB Live, 22TB Archived) Section New Fiber Channei I Configuration with Fiber Channel for the Lab Appendix Minimum SAN Speci?cations contains detail information, specifications and quantities of National Of?ce and Sandy, UT storage requirements. Appendix OSHA Hardware Shipping Locations provides the shipping information. DELIVERABLES Deliverabies must be approved by OSHAIDIT and are due on target dates at appropriate intervals but must be completed prior to the end of the period of performance. All deliverables must be consistent with Federal Government, Department of Labor (DOL), and OSHA rules, regulations, and policies, including the Government Information Security Reform Act (GISRA), the DOL Systems Development and Life Cycle Manual, the DOL Security Handbook, DIT Configuration Management Plan and various OSHA directives. Deliverables shall include the following: A. Vendor Performance Section The vendor shall provide the required servers and SAN storage equipment, installation services and maintenance for the National Office, the Sandy, UT, and ten regional sites that will provide OSHA with access to data resources and additional capacity of storage to support agency goals and objectives. The Government will own all infrastructure equipment, licenses, and maintenance that will be installed, configured, tested, and delivered in the National Office and Sandy, UT locations. The vendor will deliver all servers to the National Office, Department of Labor, OSHA, Directorate of Information Technology, 200 Constitution Avenue NW, Room 86212, Washington, DC. 20002 and Salt Lake City Technical Center (SLTC), Department of Labor, OSHA, Directorate of Information Technology, 8660 South Sandy Parkway, Sandy, UT 84070 as specified in Appendix OSHA Hardware Shipping Locations. Special Instructions for the SAN Storage Equipment The vendor shall deliver the two new SAN equipment to the National Office, Department of Labor, OSHA, Directorate of Information Technology, 200 Constitution Avenue NW, Room 86212, Washington, DC. 20002 for setup, configuration and data migration. The two new SANs are referred to as follows: 1) ?National Office and 2) ?Salt Lake City SAN Upon completion of setup, configuration and data migration, the vendor shall deliver the Salt Lake City SAN to the Sandy, UT Datacenter. The vendor is required to receive Government acceptance after each step below and provide the acceptance forms as part of the final invoice. The SAN setup requirements are listed below: 1. The vendor will setup, and configure the two new SAN devices per OSHA configuration standards 2. The vendor will perform data migration from the existing EMC/Clarion SAN to the new ?National Office 3. The vendor wilt next perform data replication between the ?National Office and the ?Salt Lake City (SAN to SAN) 4. After successful replication, the vendor wiil dismantle and repackage the ?Salt Lake City 5. The vendor will ship the ?Salt Lake City to, Department of Labor, OSHA, Salt Lake City Technical Center, Directorate of Information Technology, 8660 South Sandy Parkway Sandy, UT 84070. 6. Upon arrival of the new ?Salt Lake City the vendor will dismantle the existing Salt Lake City SAN 7. The vendor will setup the new ?Salt Lake City and re-establish the new ?National Office to ?Salt Lake City replication across the WAN. 8. The vendor will provide a schematic drawing using MS Visio detailing server rack configurations front and back detailing network connections, all peripherals and power layouts The vendor will work closely with the COTR, OSHA Manager, and other technical staff to ensure that this project is coordinated to meet contract requirement. The vendor shall provide OSHA with the technical expertise to fully implement the SAN equipment. The vendor shall provide OSHA technical staff with the necessary Section documentation and knowledge transfer needed to implement and troubleshoot the SAN equipment, and to perform successful data migration and data replication. The vendor shall provide a well organized transition and knowledge transfer to all required technical staff after the implementation of the SAN. The vendor shall provide inside delivery to each designated room location, on-site installation, setup, and document the services for this project. The vendor shall provide the following documentation: Delivery Dates and Times Immediate Notification if Equipment Delivery Date Changes, immediate Notification if Installation Date Changes, Equipment Shipment and Tracking, Inside Delivery to designed room (not just toloading dock) Unpack Equipment and Setup Leave each work area clean and free of debris Service Resource Center for Tracking Service Calls; this should be provided with a plan to replace any equipment deemed ?Dead On Arrival? (DOA) within one (1) business day of notice of these units. weeweww The vendor shall perform all requirements within timeframes approved by to meet government target contract dates. The vendor will also provide with a Service Resource Center Number and a process and instructions to Log and Track Service Calls following the installations. The vendor shalt apply industry best practices to support OSHA ill-service hardware through the duration of the purchase agreement. Purchase of hardware and software The vendor will procure the requested SAN and server equipment, setup, and maintenance. The Government will own all equipment, software licenses, and maintenance that will be installed, configured, tested, and delivered in National Office, Sandy UT, and Regional Office locations. The vendor shall provide standard configuration benchmarks and maintenance for all equipment as follows: Quick Reference Guide REF Custom Project, Factory Install and Integration Service Hardware Support Services: Federal Keep Your Hard Drive Service: 3 YEAR 3 Year 7x24 Technical Support with 4 hour Onsite Call Support Support and i?SOO?number Installation: Standard Orr-Site Parts and Labor included All hardware will be received on site at OSHA facilities no later than one (1) month from contract award. All deliveries of equipment will be inside and shipped as specified in Appendix OSHA Hardware Shipping Locations. Section VI Delivery Format Unless directed to the contrary, the vendor shall deliver one hardc0py and one electronic copy using Microsoft Office Tools, Version 2003 (approved and accepted by Government) of each deliverable to the Government?s Program Management Office and/or other identified federal point of contact to ensure deliverables are on time and acceptable to Government. VII ASSUMPTIONS OSHA shall provide guidance and a technical support coordinator. OSHA shall provide information on the equipment required on-site. OSHA shall inventory all new equipment OSHA shall provide the disposition of all old equipment The vendor shall respond each day in a timely manner to address and resolve problems associated with this project. 0 The vendor shall provide qualified staff with the proper skill set, knowledge, expertise and technical resources to successfully perform the tasks, meet deadlines, and are in compliance with all federal requirements and mandates. SPECIAL INSTRUCTIONS The vendor staff shall bring problems or potential problems affecting performance or target dates immediately to the attention of the Government Project Manager and OSHA COTR. Verbal reports shall be followed up with written reports may be required for the duration of this award. The vendor shall work with the Government and technical staff to make required technical adjustments to coordinate modifications and efforts throughout the life cycle of this project. Problems and concerns identified by the Government shall be addressed and resolved expeditiously (within 24 hours or as agreed by the Government). This includes newly discovered problems that would have a negative impact on the final product, services or target dates. During the project implementation, the contractor shall conduct immediate report to the Government the following: a. Newly Identified Technical Issues b. Problem Resolution Plan 0. Installation Schedule Revisions d. Replacement Machines for Dead on Arrival or Defective Equipment IX OWNERSHIP All products and deliverables developed under this Contract are the property of the US. Government and the Occupational Safety and Health Administration. STANDARDS AND REFERENCES The documents listed below are directive upon the contractor. Unless a specific issue is indicated, the issue in effect on the date of the contract shall apply for guidance or information only, Additional reference publications may be made available if applicable: 0 Authority to Operate (ATO) for services XI Section Clinger Cohen Act Department of Labor Management Series, Section 9 Department of Labor (DOL) Systems Development Life Cycle Manual, Department of Labor (DOL) Information Technology (IT) Security Manual Federal Information Security Management Act of 2.002 (FISMA) Federal Acquisition Regulations FAR Freedom of Information Act (FOLA) and E-FOIA NIST 800?53 and 800-53a Recommended Security Controls for Federal Information Systems Office of Management and Budget (OMB) Circular A-l30 policies. FEDERAL REQUIREMENTS Electronic Product Environmental Product Environmental Assessment Tool (EPEAT) The equipment must be energy star compliant as mandated by the Federal Government and within the United States Department of Energy (DOE) standards to improve energy efficiency. When applicable, the contractor shall purchase EPEAT-registered green electronic products as required under the Presidential Executive Order 13423, Strengthening ederal Environmental, Energy, and Transportation Management. The EPEAT is designed to help evaluate and compare selected equipment for the following: 0 Ensure that the agency when acquiring an electronic product to meet its requirements, meets at least 95 percent of those requirements with an Electronic Product Environmental Assessment Tool registered electronic product, unless there is no EPEAT standard for such product, 0 Enables the Energy Star feature on agency computers and monitors, 0 Establishes and implements policies to extend the useful life of agency electronic equipment; uses environmentally sound practices with reSpect to disposition of agency electronic equipment that has reached the end of its useful life. Under the EPEAT program, manufacturers declare their products? conformance to a comprehensive set of environmental criteria. Products are rated Bronze, Silver and Gold based on how many criteria are met. EPEAT Gold products must meet all 23 required criteria and at least 75% of the optional criteria. Reduction/Elimination of Environmentally Sensitive Materials Materials Selection Design for End of Life Life Cycle Extension Energy Conservation End of Life Management Corporate Performance Packaging The new equipment provided to OSHA by the vendor must conform to Executive Order 13423, Section 2(h) which requires that federal agencies use the Electronic Product Environmental Assessment Tool (EPEAT) to evaluate environmentally friendly product features. This tool is designed to compare selected equipment based on their D-S XII Section environmental attributes. New hardware must meet at least 95 percent of those requirements, unless there is no EPEAT standard for such product. DOL IT Security Requirements Requirements set forth by the United States (US) Office of Management and Budget (OMB) mandate the impiementation of security settings on networked equipment to strengthen security on government computer systems using guidelines and standards deveiOped by the National Institute of Standards and Technology (NIST). All Contract staff working in OSHA office space and/or using OSHA and computer systems to perform duties under this Contract will agree to and sign the OSHA Rules of Behavior for Computer Use and a Non-disclosure Agreement. A copy of each signed and witnessed Non- Disclosure agreement shail be submitted to the Contract Project Officer prior to the employee performing any work under any task order. Ali contractor employees must receive security training prior to being given access to OSHA and DOL systems and periodically thereafter are required by security?policies. Required Security Training If applicable, contractdr employees must receive security training prior to being given access to OSHA and DOL systems and periodically thereafter are required by security policies. The provider of information technology shall certify applications are fuily functional and operate correctly as intended on systems using NIST guidelines. The standard installation, operation, maintenance, updates, andfor patching of software shall not alter the OSHA approved configuration settings. Underwriters Laboratory (UL) requirements and be Nationally Recognized Testing Laboratory (N RTL) The equipment must meet Underwriters Laboratory (UL) requirements and be Nationally Recognized Testing Laboratory (NRTL) certified with a Department of Energy (DOE) energy star rating. Equipment shall comply with Rules of the Federal Communications Commission (FCC), Code of Federai Regulations (CFR) frequency operations within the Continentai United States as appropriate Section 508 Requirements If applicable, the contractor shall be required to operate under reasonable accommodations for special needs employees pursuant to recent legislation. OSHA shall be responsible for procuring any necessary equipment and software needed by special needs employees utilized by the Contractor. POINTS OF CONTACT XIV Section Cheryle Greenaugh, Director Directorate of Information Technology, OSHA, U.S. Department of Labor, OSHA National Office; Francis Perkins Building, 200 Constitution Avenue, NW, Room N3663 Washington DC, 202l0 (202) 693?1818 Dennis Sprouse, COTR Directorate of Administrative Programs, OSHA, U.S. Department of Labor, OSHA National Office; Francis Perkins Building, 200 Constitution Avenue, NW, Room N3104 Washington DC, 202l0 (202) 693?2429 Tonya Byrd, Vendor Coordinator Directorate of Information Technology, OSHA, U.S. Department of Labor, Francis Perkins Building, 200 Constitution Avenue, NW, Room N3663 Washington, DC, 20210 (202) 693?1818, [Fax Number: (202) 693-2590] Celina Williams, OSHA Project Leader Directorate of Information Technology, OSHA, U.S. Department of Labor Francis Perkins Building 200 Constitution Avenue, NW, Room N3663, Washington, DC, 20210 (202) 693-2384 Terry Lane, Federal POC Salt Lake City Technical Center (SLTC) Department of Labor, OSHA Directorate of Information Technology, 8660 South Sandy Parkway Sandy, UT 84070 PERFORMANCE LOCATIONS Final acceptance and performance locations are: 1. Department of Labor, OSHA Directorate of Information Technology Francis Perkins Building, 200 Constitution Avenue, NW, Room S6212 Washington, DC, 20210 2. Salt Lake City Technical Center (SLTC) Department of Labor, OSHA Directorate of Information Technology, 8660 South Sandy Parkway Sandy, UT 84070 WORK HOURS D-IO Section Vendor shall perform work for this contract both within the core business hours (7:00 am. to 6:00 pm. local time) and outside core business hours. Evening and weekend work may be required to minimize disruption of network services. XV PERIOD OF PERFORMANCE The period of performance is two months from Date of Award. Appendix A Glossary of Terms Acronym/Ferm~ Description ADA Americans with Disabilities Act ATO Authority to Operate. An accreditation statement acknowledging that a system has been through the DOL-prescribed certification and accreditation process, and has been determined to be operating at an acceptable level of risk. CSH U.S. Department of Labor Computer Security Handbook DIT Directorate of Information Technology DOL U.S. Department of Labor FAR Federal Acquisition Regulations FISMA Federal Information Security Management Act FOIA Freedom of Information Act IT Information Technology NIST National Institute of Standards and Technology N0 National Office OMB Office of Management and Budget Occupational Safety and Health Administration Network Regional Offices OSHA has 10 regions that coordinate the Agency efforts in smaller units. They manage the activities of the next level as well as delivering some OSHA services directly. System Development Life Cycle Management - Methodology that sets forth a standard and logical process for managing and documentinng system development activities consistent with legislation and industry standards. ?System Development Life Cycle Management Manual Administrative Update,? Version 2.1, is the current DOL mandated for use throughout DOL for development efforts of all sizes. D-ll DOLJ 1091731255 Section Acronym/Term Description Section 508 Americans with Disabilities Act (ADA), Section 508. Law applied to all Federal agencies using electronic and information technology to ensure disabled persons access to information that is comparable to the access available to others. SLTC Salt Lake Technical Center D-12 DOLJ109F31255 Section Appendix Server Speci?cations Maintenance for each Server: Quick Reference Guide REF Custom Project, Factory Install and Integration Service A - Hardware Support Services: Federal Keep Your Hard Drive Service: 3 YEAR 3 Year 7x24 Technical Support with 4 hour Onsite Call Support Support and l?SOO-number installation: Standard On-Site Parts and Labor included Server Class A (File and Print) 6 each 1U Chassis with 6 2.5? SAS Drive Bays 2 each Quad?Core Intel Xeon Processor (E5630) 12GB Dual Rank Memory 2 each 73GB 15K 2.5? Hot Swappable 6 SAS hard drive Embedded RAID Controller Out of band Management Module 2 each Dual Port Gigabit Ethernet NIC Dual Port Gigabit Ethernet IC with TOE DVD Optical Drive Redundant Power Supplies Rail Kit No Operating System Server Management Software Electronic Documentation Server Class (Application, Regional Of?ce) - 14 each 2U Chassis with 8 2.5? SAS Drive Bays 2 each Quad?Core Intel Xeon Processor (E5630) 24GB Dual Rank Memory 7 each 146GB Hot Swappable 2.5? 10K SAS hard drive Embedded RAID Controller Out of band Management Module 2 each Dual Port Gigabit Ethernet IC Dual Port Gigabit Ethernet IC with TOE DVD Optical Drive Redundant Power Supplies Rail Kit N0 Operating System Server Management Software Electronic Documentation Server Class (Database) - 3 each 4U Chassis with 8 2.5? SAS Drive Bays 4 each 8-Core Intel Xeon Processor (E7520) D-13 DOLJ109F31255 Section 32GB Fully Buffered Memory 2 each 73GB 15K 2.5" Hot Swappable 6 SAS hard drive 3 each 300GB 10K 25? Hot Swappable ?Gbps SAS hard drive Embedded RAID Controller Out of band Management Module Quad Port Gigabit Ethernet NIC Dual Port Gigabit? Ethernet IC with TOE DVD Optical Drive Redundant Power Supplies Rail Kit No Operating System Server Management Software Electronic Documentation Server Class (Firewall) -- 4 ea 2U Chassis with 8 2.5? SAS Drive Bays 2 each Quad?Core Intel Xeon Processor (E5630) 24GB Dual Rank Memory 7 each 146GB Hot Swappable 2.5? 10K SAS hard drive Embedded RAID Controller Out of band Management Module Dual Port Gigabit Ethernet NIC with TOE 2 each Quad Port Gigabit Ethernet NIC DVD Optical Drive Redundant Power Supplies Rail Kit No Operating System Server Management Software Electronic Documentation D-l4 DOLJ109F31255 Section Appendix C- Minimum SAN Speci?cations (same for National Office SAN and Salt Lake City SAN) 8GB Disk Array Enclosure Redundant Controllers Redundant Power Supplies with Cables 600GB Fiber Disk to equal 34 TB 1TB SATA FATA Disk to equal 30 TB 24 Port 8GB Fiber Switches (Brocade or Cisco) Dual Channel 8GB Host Bus Adapter Management Software (Snap management, dynamic disk volume allocation, Server Virtualization Storage Management) WAN Optimized Replication Software Compatible backup interface to NetBackup High Availability At least 60% of active storage space allocated performing at 99.999% up time. Site to Site Maintenance Quick Reference Guide REF Custom Project, Factory Install and Integration Service Hardware Support Services: Federal Keep Your Hard Drive Service: 3 YEAR 3 Year 7x24 Technical Support with 4 hour Onsite Call Support Support and l-SOO-number Installation: Standard On-Site Parts and Labor included D-IS DOLJ109F31255 Appendix Section OSHA Hardware Shipment Locations Us; negotiate Large/om Class File and Print Servers Directorate of Information Technology, National Office beerv.edqar@ dotoov Class - Application Servers 200 Constitution Avenue, NW, Room 202-693-1814 Class - Regionai Office Servers 5 86212 Washington DC, 20210 Class - Firewall Servers 2 Class - Database Servers 3 2 U.S. Department of Terry Lane Class A File and Print Servers 3 Directorate of Information Technology, lane.terry@dol.gov Class Regional Office Servers 5 Salt Lake City Technical Center 8660 South Sandy Parkway 801 -233-4986 Class - Firewall Servers 2 Sandy, UT 84070 After setup ship one of SAN 1 the. above. SA F0. 9T D-16