Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

70 -- HP Processors

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
100 Bureau Drive, Gaithersburg, MD 20899-
 
ZIP Code
00000
 
Solicitation Number
061841068
 
Response Due
6/28/2006
 
Archive Date
7/18/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as 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. The solicitation number is 061841068 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Wednesday, June 28, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Gaithersburg, MD 20899- The National Institute of Standards & Technology requires the following items, EXACT MATCH ONLY, to the following: LI 001, 0001 A 4-way four processor or greater computer system using 64-bit IntelDual-Core Intel Xeon 7040 processors, each processor running at leastat 3.00 GHz, with each Dual-Core Xeon processor having at least 2x2MBof L2 cache and a 667 MHz front-side bus. Each system shall have atleast 32 GBytes of registered ECC memory with Hot-plug RAID Advancedmemory protection, embedded dual port 10/100/1000 Gigabit networkadapter, ten 72GB pluggable Ultra320 SCSI 15,0000 rpm hard drives, aHP Smart Array 6404/256 raid controller in order to set up the tendrives in a RAID 6 configuration, ten I/O Expansion slots (FourPCI-Express x4, Two Hot plug 64bit/133MHz PCI-X, Four 64bit/100MHzPCI-X), dual hot-plug redundant power supplies and fans,DVD-ROM/CD-ROM/CD-RW drive, an appropriate method of connecting aPC-compatible mouse, keyboard, and display as the console of thesystem, and be certified to run Red Hat Enterprise Linux AS version 4and the Veritas Clustering software.Each system chassis shall be rack mountable in a standard 42U rackcabinet (72 inches equipment rack) (see item 2).Each system shall have a 3 year warranty on all hardware with nextbusiness day on-site response.All equipment must use power at United States standard voltages andfrequencies.Each system must include the Hewlett Packard Systems Insight Managerand the Integrated Lights Out (iLO) standard software and a licensefor the iLO Advanced Pack.Each computer system shall be installed in its own cabinet andconnected to the power, ventilation, networking, and console featuresas appropriate.--------------------------------------------------------------- Each Hewlett Packard ProLiant ML570 G3 Dual-Core 3.00GHz Performance Rack Server (item 1) shall have the following components: 1. HP ProLiant ML570 G3 Rack Chassis (part number 379934-405), includes: - Embedded NC7782 Dual Port 10/100/1000T Gigabit network adapter - Ultra320 Controller (integrated on system board) - Ten Standard I/O Expansion slots - Rack models ship with one Hot Plug Power Supply, and local power cord(s) - Three Hot Plug Fans - Ultra320 Duplex Drive Cage (can be Simplex configured) - Integrated Lights-Out (iLO) Standard Management Rack (6U) 2. Four Processors: - Qty 4 - Dual-Core Intel Xeon 7040 (3.00GHz-2x2MB) Processor Option Kit (part number 399889-B21). 3. Memory: - 32 GBs of PC2-3200R Registered ECC Memory - The memory settings shall be Hot-Plug RAID Memory and all four memory boards must have the same amount of total memory. 4. Ten 72GB Universal Hard Drives: - Qty 10 - HP 72.8GB Pluggable Ultra320 SCSI 15,000 rpm (1") Universal Hard Drive (part number 286778-B22) 5. Additional controllers and RAID configuration details for the ten hard drives listed in item 4: - Smart Array 6404/256 RAID controller - The ten hard drives will be set up in a RAID 6 (Advanced Data Guarding) configuration. 6. Slim line Floppy Diskette Drive (part number 390164-B21) 7. Slim line CD-RW/DVD-ROM 24X Combo Drive 8. DAT 72 Hot plug Tape Drive 9. Two dual ported HBA cards to connect to the NIST SAN: Qty 2 -- HP StorageWorks FCA2214DC 2Gb, dual port, 64-Bit/133 MHz PCI-X-to-fibre channel host bus adapter for Linux, 2, EA; LI 002, Each system chassis in item 1 shall be mounted in a standard42U rack cabinet (72 inches equipment rack) which shall be provided.The rack shall be able to roll easily when fully loaded over carpetedcomputer-room floor tiles, have front and back doors and side and toppanels, and shall have power distribution, equipment access, andventilation features appropriate for the electronic equipment thatwill be installed in it.Upon award of this procurement, the power voltage, current, and plugconnector specifications shall be communicated to NIST., 2, EA; LI 003, Each equipment rack shall also contain one rack-mountkeyboard/video/mouse (KVM) terminal, including an LCD display,keyboard, and pointing device (mouse/touchpad/etc.) with a KVM switchthat allows the terminal to act as the console for anycomputers in the rack. The terminal and switch must take up no morethan 1U of rack space, and the display must have at least 17 inches,diagonally measures, of viewable area. The terminal must be mountedin the rack in item 2 and connected to the computer in item 1., 2, EA; LI 004, If a contract fee is applicable please include as a line item. If not applicable enter .01., 1, EA; For this solicitation, National Institute of Standards & Technology intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. National Institute of Standards & Technology is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Cheryl Coxen at cheryl.coxen@nist.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). Best value technically acceptable. Must review and comply with the attached IT Security Clauses If this is an electronic and Information Technology (IT) item, it must meet all or part of the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194; in other words, it must be Section 508 compliant. If an item is not compliant you must submit a completed waiver signed by the NIST 508 Coordinator (Dan Benigni). See information concerning 508 at the NIST webpage and http://www.section508.gov/. These systems will be integrated with two other HP systems that were procured on the open market, and will be managed by the management system that was included in the original procurment, the HP Systems Integrated Lights Out software. Acquiringother computer brands will require acquiring another management system that is not compatible with the existing management software. Having two different, incompatible management systems will complicate our effort to simplify our hardware and operating system architecture to improve efficiencies and reduce costs.
 
Web Link
www.fedbid.com (a-28462, n-2636)
(http://www.fedbid.com)
 
Place of Performance
Address: Gaithersburg, MD 20899-
Zip Code: 20899-
Country: US
 
Record
SN01074411-W 20060623/060621220246 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.