Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

70 -- NET APP ITEMS (GSA SCHEDULE)

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Po Box 9115, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1045-647914
 
Response Due
9/14/2006
 
Archive Date
3/13/2007
 
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 1045-647914 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 Thursday, September 14, 2006 at 15:00:00 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, FAS3020HA, IB, 1G CF, OS, R5 P/N: FAS3020HA-IB-BASE1G-R5, 2, EA; LI 002, SW-T3C-CIFS-C CIFS Software,T3C-C, 2, EA; LI 003, SW-T3C-ISCSI-C iSCSI Software,T3C-C, 2, EA; LI 004, SW-T3C-SRESTORE-C SnapRestore Software,T3C,-C, 2, EA; LI 005, SW-T3C-FCP-C FCP Software,T3C-C, 2, EA; LI 006, SW-T3C-FLEXCLN-C Flexclone Software,T3C-C, 2, EA; LI 007, X900A-ESH2-R5-C DS14MK2 SHLF,ACPS,14x300GB,10K,HDD,ESH2,-C,R5, 2, EA; LI 008, X1047-R5-C X1047-C,Quad-Port 10/100/1000bT,R5, 2, EA; LI 009, X3304-R5-C-P Remote LAN Module,F-NC,Premium SVCE,R5, 2, EA; LI 010, X1941A-R6-C CBL,5M,Cluster 4X,Cu,-C,R6, 2, EA; LI 011, X6518A-R6-C CBL,5M,Optical,LC/LC,-C,R6, 8, EA; LI 012, X800E-R6-C Power Cable North America,-C,R6, 12, EA; LI 013, X505-R6-C System Lift handle,Detachable,-C,R6, 2, EA; LI 014, X5515A-R6-C Kit,4N2 Post Rackmount,DS14-Mid,-C,R6, 6, EA; LI 015, X6529-R6-C SFP,Optical, FC,-C,R6, 4, EA; LI 016, X1552C-R5-C 16-Port Brocade 4100FC Swtch,4Gbps -C,R5, 2, EA; LI 017, DOC-3XXX-C Documents,3XXX,-C, 1, EA; LI 018, CS-O-4HR SupportEdge Premium, 7x24, 4hr Onsite - 12 Months, 1, EA; LI 019, FAS270HA-BASE-B-R5 FAS270HA Base Appliance,REVB,R5, 2, EA; LI 020, SW-T2C-CIFS-C CIFS Software,T2C-C, 2, EA; LI 021, SW-T2C-FCP-C FCP Software,T2C-C, 2, EA; LI 022, SW-T2C-FLEXCLN-C Flexclone Software,T2C-C, 2, EA; LI 023, SW-T2C-ISCSI-C iSCSI Software,T2C-C, 2, EA; LI 024, SW-T2C-SRESTORE-C SnapRestore Software,T2C,-C, 2, EA; LI 025, X276A-R5-C 300GB,10K RPM,Universal FC Dsk DR,-C,R5, 14, EA; LI 026, X6518A-R6-C CBL,5M,Optical,LC/LC,-C,R6, 2, EA; LI 027, X800E-R6-C Power Cable North America,-C,R6, 6, EA; LI 028, X5515A-R6-C Kit,4N2 Post Rackmount,DS14-Mid,-C,R6, 3, EA; LI 029, X1552C-R5-C 16-Port Brocade 4100FC Swtch,4Gbps -C,R5, 2, EA; LI 030, DOC-270-C Documents,270,-C, 1, EA; LI 031, CS-O-4HR SupportEdge Premium, 7x24, 4hr Onsite - 12 Months, 1, EA; LI 032, SW-SSP-MPIO-WIN SW Subs,MultiPath IO,Windows, 7, EA; LI 033, SW-SSP-SDR-WINDOWS SW Subs,SnapDrive for Windows, 7, EA; LI 034, SW-MPIO-WIN MultiPath IO(MPIO),Windows, 7, EA; LI 035, SW-SDR-WIN SnapDrive,Windows, 7, EA; LI 036, SW-FAK-WIN-MKIT Media Kit,FCP Windows Attach Kit, 1, EA; LI 037, X1088A-R6 QLogic QLE2460 1-Port 4Gb PCI-e HBA,R6, 14, EA; LI 038, SW-FAK-WIN FCP Windows Attach Kit, 7, EA; LI 039, X6518A-R6 CBL,5M,Optical,LC/LC,R6, 14, EA; LI 040, X6519A-R6 CBL,30M,Optical,LC/LC,R6, 14, EA; LI 041, PS-FCSAN-IMPL-INTEGR FC SAN Implementation and Integration, 1, EA; LI 042, PS-IMPLAN-DAY Implementation Planning,Day, 1, EA; LI 043, ED-TU-200 Training Units 200,Exp.1yr from invoice, 1, EA; LI 044, N000 ManageReports for Netapp, 4, EA; LI 045, 5X90 5X9 Telephone Support - 1 Year, 4, 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 Gwen Mansfield at mansfieldg@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. 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. This Justification and Approval (J&A) on a brand name only basis is for the use of NetApp equipment. 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. CA/CST has identified the NetApp FAS3020 and FAS270HA as equipment necessary to the BIMC Phase II project. The following requirements are fully met by the aforementioned NetApp systems. NetApp FAS3020HA: Maximum capacity of 50TB Available protocols to include NFS, CIFS, HTTP, FTP, FCP, iSCSI RAID type to include Sotware RAID4, RAID DP, Checksum Management Interface to include Ethernet, FC Hard Drive types to include Fibre Channel, SATA Redundancies to include Power Supplies, Fans, Network Ports, Redundant Controller (full redundancy), Disk Access Paths, Cache content protected by means of batteries (NVARM battery, ECC) System management to include Console, Web Browser, SNMP, Tivoli, SAN Manager, HP-Openview, DFM, VFM Capable of doing ?snapshots? of the data Capable of both synchronous and asynchronous mirroring NetApp FAS270HA: Maximum capacity of 4TB Protocols to include NFS, CIFS, HTTP, FTP, iSCSI RAID type to include Software RAID4, RAID DO, Checksum Management Interfaces to include Ethernet, FC Hard Drives types to include Fibre Channel System management to include Console, web browser, SNMP, Tivoli, HP-Openview, DFM, VFM Capable of doing ?snapshots? of the data Capable of both synchronous and asynchronous mirroring 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. The NetApp FAS3020HA and NetApp FAS270HA hardware has undergone tests, assessment, and evaluation and received final approval from the Department of State IT Configuration Control Board
 
Web Link
www.fedbid.com (b-32312, n-3435)
(http://www.fedbid.com)
 
Place of Performance
Address: WASHINGTON, DC 20522
Zip Code: 20522
Country: US
 
Record
SN01137572-W 20060910/060908220549 (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.