Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

70 -- HP DL380G5 (GSA CONTRACT)

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 N Fort Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1045-647050
 
Response Due
9/29/2006
 
Archive Date
3/28/2007
 
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 1045-647050 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 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 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 Friday, September 29, 2006 at 10:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, HP ProLiant DL380 G5 Server P/N: 391835-B21 *Must Be Configured As Shown in Attached Specs*, 7, EA; LI 002, HP Storageworks DAT 72x10 1U Tape Autoloader P/N: AE313A, 7, EA; For this solicitation, Department of State 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. Department of State 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 Ruby Green at greenrs@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The vendor may not substitute any item listed on this order with out prior, written approval from the USDOS Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specification of this RFQ. Items that do not confirm to descriptions and part numbers found in this RFQ will be rejec 0044 ted at the time of delivery causing a return at the vendors expense. Bid MUST be good for 30 calendar days after submission New equipment ONLY, NO remanufactured products Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION SHIPPING This Justification and Approval (J&A) on a brand name only basis is for the acquisition of HP ProLiant DL380 G5 servers. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company.The HP ProLiant DL380 G5 servers have been identified as key components of the Department?s networking system, with the optimal configurations to meet CA/CST/PD?s IVAMS Web Database needs. Currently, software integration testing between systems utilizing the CCD must be accomplished using ?workarounds? during systems development and Quality Assurance (QA) Testing. As a result, end-to-end integration testing is not performed until IV & V testing commences. These servers will allow software developers and testers to perform integration testing prior to the IV&V testing phase of the software development cycle. More and more functional systems processing is being facilitated by databse replication and processing services inside the CCS. Through the purchase of this equipment, access to an ?integrated? development and testing environment will result in reduced development time resulting in fewer errors. Reduced development time translates to significant cost savings. The HP DL380 G5 servers meet the project requirements above and beyond other tested server options. As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. CA/CST has selected the HP ProLiant DL380 G5 servers because results obtain by the Bureau?s System Engineering Task Team in tests and reviews of other manufacturers? servers indicated that these most closely met the DoS?s processing, redundancy, and management requirements. The requested servers will be deployed at a DoS facility which has established an environment comprised of HP equipment in the interest of overall cost economy, reliability, and ease of administration. The continued use of HP servers eliminates the need to procure, maintain, and account for spare part inventories for multiple HW manufacturers? server configurations or to manage multiple vendors? yearly support and maintenance agreements. The HP ProLiant DL380 G5 servers have been evaluated and approved by the Bureau of Consular Affairs? Configuration Control Board and will be added to the Consular HW Baseline. The HP DL380 G5 servers have undergone test and assessment and received final approval from the Department of State IT Configuration Control Board. A) Sellers must bid exact match to spec (make, model and spec) B)The products offered in this bid are brand new, not gray market and are in original packaging. C) Seller is providing these products via HP authorized channels for new equipment Federal sales. D) Full HP warranties will be provided and none of these products will have a negative impact on the warranties of associated system components.
 
Web Link
www.fedbid.com (b-34372, n-4055)
(http://www.fedbid.com)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
Country: US
 
Record
SN01155754-W 20060929/060927220352 (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.