Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

70 -- Keyboard Video Mouse (KVM) System

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7NMLIC140
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
Description
(I) 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. Awards will be made in IT Solutions; therefore, registration in GSA IT-Solutions Shop (ITSS) is required http://web1.itss.gsa.gov offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address and email address. In order to further the Government policy of maximizing electronic commerce and making the acquisition process optimally cost effective, all future amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via www.fbo.gov. All questions must be submitted via email, and all questions and answers will be posted to the www.fbo.gov website as an amendment to this RFQ. Validation date for quotes must be good for at least 30 days. Quote response must be inclusive of the Section 508 Rehabilitation Act Compliance Statement. Offeror must acknowledge compliance with Section 508. Offeror must state no later than Delivery and Installation Dates and use calendar date(s). Include State Federal Tax Identification (TIN) and Dun and Bradstreet (DUNS) number(s). Quote must include the terms and conditions for returns and exchanges as well as any restocking fees. Offerors must identify if returns or exchanges are not accepted. (II) The solicitation for commercial items is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Technology Service (FTS) on behalf of the Department of Defense, SPAWAR System Center located in San Diego, CA. (III) The solicitation number is 9T7NMLIC140. This number is also used for this Request for Quote (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) Documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-13. (V) This solicitation is issued on an unrestricted basis. (VI) Description of Requirement: Annual Software Maintenance for the below referenced Keyboard Video Mouse. The proposal must include the following salient characteristics. Keyboard Video Mouse Salient Characteristics Multi-user, multi-platform management: 8 users by 32 servers (Windows-PS/2 & USB, Sun DIN 8, & USB, RS232) KVM matrix management switch that provides 24/7, out-of-band BIOS level management for the high-density server room and data center. It is a secure, flexible, and supremely scalable centralized management solution. It enables up to eight IT managers to simultaneously access hundreds of servers and network devices from any location. Unified by AIM: KVM switch must provide five functions in one unified solution: KVM switching and control, Serial control, power management, user management and remote access. These functions are unified by an Advanced Integrated Management interface (AIM). AIM is hardware embedded, Windows-like interface providing out-of-band BIOS level access, topology-independent viewing, and point-and-click management for all KVM and Serial hardware in the server environment. Transparent user viewing: The KVM switch will allow you to seamlessly cascade additional switch layers, allowing you to add hundreds of servers, all controlled from the same AIM interface. AIM ensures that users experiences a transparent, topology-independent view of their servers and devices, without the complication of viewing the additional hardware or physical connections. Superior security: The KVM switch should feature user-name and password authentication including up to 32 user profiles and 4 levels of user access rights for increased protection. Additional security is provided by the ability to relate user names to their designated servers regardless of changes to their port configuration. The KVM switch shall provide multi-mode views (Private, Shared, View Only). The default server connection must be in Private mode. Analog/Digital capability: The KVM switch user unit enables analog KVM capability up to a distance of 100m from the KVM switch. Technical Specifications System Requirements Operating systems: DOS, Windows (3x, 9x,ME, NT4, 2000, XP, 2003 Server and later), Linux, UNIX, HP UX, QNX, SGI, FreeBSD, BeOS, Open VMS, Novell 3.12-6, Solaris, Java Desktop System Resolution: 1600x1200 @75Hz User to server distance: 200m/660ft System Cable: CAT5, CAT6, CAT7 Operating Temperature: 0?C to 40?C / 32?F to 104?F Storage Temperature: -40?C to 40?C/-40?F to 104?F SAMPLE CONFIGURATION: Description: (1) Dxu, Quantity 22; (2) 8 x 32 Matrix Switches, Quantity 11; (3) Ps/2 cable, Quantity 385; (4) USB cables, Quantity 65 (5)SUN cables, Qiantity 80, (6) Rack Manager, Quantity 16. (VII) The following Federal Acquisition Regulations clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance -- The Governmnet shall evaluate past performance using the Performance Planning andReporting Systems (PPRS). Technical Capabilities and Qualifications (Sub factors: Meet all Salient Characteristics Cost/Price (Sub factors; Price and Cost Realism and Completeness Cost Reasonableness) Awards will be based on lowest-priced technically acceptable quotes. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offerors specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (Clause 3) (52.212-3) -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. (Clause 4) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2005) is incorporated by reference. (Clause 5) 52.212-5 -- Contract terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b) 1, 14, 15, 16, 17, 18, 19, 20, 31 apply to this solicitation and any resulting contract. (Other applicable clauses) The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7 -- Central Contractor Registration 52.233-3, Protest after Award; 52.243-1, Changes-Fixed Price Alternate 1 (Apr 1984) 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://farsite.hill.af.mil); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests: Other applicable clauses) The following clause is applicable to this acquisition and is hereby incorporated in this solicitation in full text in the attached solicitation additional clauses document. 52.222.22, Previous Contracts and Compliance Reports; (IX) Closing Date and Time: Friday, April 6, 2007, 5:00 p.m. PDT. (X) Offerors must submit Cost Quotation, via email to the Technical Project Advisor and Contracting officer by the closing date and time of this solicitation. (XI) If offeror does not have access to email, offeror must mail offer to: Chris Matthews U.S. General Services Administration 450 Golden Gate Avenue, 5th Floor East San Francisco, California 94102 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. All proposals shall be clearly marked with the RFQ Number 9T7NMLIC140. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, it will be considered late/non-responsive. Point of Contact Minette Lemieux, Phone 831.449.7940, Email minette.lemieux@gsa.gov.
 
Place of Performance
Address: SPARWAR System Center,, 53605 Hull St., San Diego, California, ,
Zip Code: 92152
Country: UNITED STATES
 
Record
SN01263381-W 20070401/070330221411 (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.