Contact Points
Data storage and management at Iron Mountain
Provide a secure location for storage of computer tapes, provide an interface to determine what tapes are currently in storage at the vendor’s facilities, and provide interfaces to request the return of stored tapes to the customer and to send new tapes to vendor for storage.
Boston, Massachusetts
02110-2012, United States
and reliable storage for our records and computer data backup media.
Iron Mountain is the GSA contracter that provides secure off-site storage for records and
computer data backup media.
Iron Mountain is the preferred Government contractor for the services sought here, and is
on the GSA schedule for these services, under GSA MAS Contract - GS-03F-049GA.
The function of the FMRIF is to serve as a resource by which researchers in the
National Institutes of Mental Health and Neurological Disorders and Stroke (NIMH
and NINDS, respectively) can perform Magnetic Resonance Imaging (MRI) studies
that further the understanding of healthy and diseased brain anatomy, function and
physiology.
The FMRIF currently operates three 3T (high field) and two 7T (ultra-high field)
human MRI scanners within the NIH MRI Research (NMR) Center at NIH. The
research performed on these systems generate incredible amounts of data, which
FMRIF’s users depend on to be able to conduct their research, and answer the
questions they ask.
FMRIF has always kept multiple copies of these data, in the event that if a research
or lab suffered data loss, that these could be recovered using one or more of
FMRIF’s copies of these data.
The specific objective of this purchase is to procure storage in offsite facilities,
where computer backup tapes (containing copies of FMRIF’s operational and
users’ research data) can be safely and reliably stored, and retrieved as needed,
in case disaster recovery processes need to be initiated.
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.