Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2006 FBO #1769
SOLICITATION NOTICE

70 -- Disk Library

Notice Date
9/28/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Sa-6 Room 200, Washington, DC 20522
 
ZIP Code
20522
 
Solicitation Number
1025-631033
 
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 1025-631033 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 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 Friday, September 29, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20522 The Department of State requires the following items, EXACT MATCH ONLY, to the following: LI 001, EMC CLARiiON DL210 Disk Library - Usable Capacity 24 Tbytes DL210BA P-CDL BASE ARRAY (1) DL-RACK-25U APC 25U RACK FOR DL210 (1) DL210EXP DL210 EXPANSION ARRAY (5) PW25U-NAP PDU FOR NORTH AMERICA (1) DL-ENGINE210 SVR W/2 QUAD HBA & SCSI (1) PS-CUS-PRDSVC CUSTOM CDL IMPLEMENTATION (1), 1, 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 Laberta Smallwood at smallwoodl@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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). 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. EMC Clariion Disk Library 1. Currently library has reached its capacity of 595 tape slots. Periodic rotation of tapes is necessary to ensure enough new tapes are available for backup requests. 2. Purchase price for a new tape library solution ranges between 500k and 900k to fully implement. 3. Disk library will be placed between the server farm and current tape library. a. This method will accomplish the following i. Reduced overhead of resources for backups on servers ii. Dependency of SCSI tape drives to servers iii. Faster backup times. Expected 40% increase in server farm backups iv. Faster system restores of data backed up to disk b. The ability to have server backups run 24/7 utilizing both disk and tape to ensure full system backup(s) c. Migration of current backup solution to current version greatly improved i. Disk library allows the creation of a new robust environment without merging of current backup catalog(s) This action is taken in accordance with the provisions of FAR 6.302-1, Only One Responsible Source. The statutory authority is 41 U.S.C. 253 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as identified by FAR 6.302-1.For purposes of standardizing the infrastructure components of the HR system it is necessary for this equipment to be the Dell brand name. Human Resources strive to maintain a single point of accountability, with common network and systems management tools compatible with current equipment. The existing IT infrastructure has been developed utilizing an architecture based on a Dell sourced platform. To promote an overall lower Total Cost of Ownership, this procurement should be considered incremental to the existing infrastructure. Utilizing Dell for these additional enterprise products and services will provide continuity and single point of contact responsibility for the overall infrastructure. Having Dell as the single vendor for the entire enterprise mix of servers and storage products, including software, provides a clear escalation path and resolution of all issues to maintain critical systems.
 
Web Link
www.fedbid.com (b-34492, n-4122)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20522
Zip Code: 20522
Country: US
 
Record
SN01156865-W 20060930/060928220327 (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.