SOLICITATION NOTICE
70 -- HP and Cisco Equipment
- Notice Date
- 6/13/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1019832180_01
- Response Due
- 6/16/2008
- Archive Date
- 12/13/2008
- Point of Contact
- Name: Sharron White, Title: Contracting Officer, Phone: 7035161827, Fax:
- E-Mail Address
-
whitesr@state.gov;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1019832180_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-16 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, EXACT MATCH ONLY. NO SUBSTITUTIONS, EQUALS, or ALTERNATES. JetStor SATA-SCSI RAID xHD 2U 12-Bay Storage Array. Part Number DS-412SDescription: DS-412S JETSTOR SATA-SCSI RAID xHS 2U 12-Bay rackmount enclosure; Two Ultra320 SCSI host channels; One SCSO HBA Cache Battery Backup Redundant hot plug power supplies/fans; Two HD68-VHDCI SCSI cable (6feet) 4-year 5x9 advance exchange parts warranty and phone support Custom rails., 22, EA; LI 002, EXACT MATCH ONLY. NO SUBSTITUTIONS, EQUALS, or ALTERNATES. Hitachi 1TB Storage ArrayHHD, Part Number 0A35155, 31, EA; LI 003, EXACT MATCH ONLY. NO SUBSTITUTIONS, EQUALS, or ALTERNATES. HP PCI-X Riser Kit - Card. Part Number 405154-B21, 27, EA; LI 004, BRAND NAME OR EQUAL. SELLER MUST SPECIFY EXACTLY WHAT ITEM IS BEING OFFERED. CORNING SC Connector, Multimode, 62.5 uM, Ceramic Ferrule Unicam. PartNumber 95-000-41, 1198, EA; LI 005, BRAND NAME OR EQUAL. SELLER MUST SPECIFY EXACTLY WHAT ITEM IS BEING OFFERED. 5-Meter, SC-to-SC Duplex Fiber Patch Cord, 159, EA; LI 006, BRAND NAME OR EQUAL. SELLER MUST SPECIFY EXACTLY WHAT ITEM IS BEING OFFERED. 3-Meter, LC-to-SC Duplex Fiber Patch Cord, 337, EA; LI 007, BRAND NAME OR EQUAL. SELLER MUST SPECIFY EXACTLY WHAT ITEM IS BEING OFFERED. 2-Meter LC-to-SC Duplex Fiber Patch Cord, 68, EA; LI 008, BRAND NAME OR EQUAL. SELLER MUST SPECIFY EXACTLY WHAT ITEM IS BEING OFFERED. 3-Meter, LC-to-LC Duplex Fiber Patch Cord, 15, EA; LI 009, EXACT MATCH ONLY. NO SUBSTITUTIONS, EQUALS, or ALTERNATES. CORNING Backbone Patch Panel, 24/48 Rack Mount Enclosure. Part NumberCCH-02U, 120, EA; LI 010, BRAND NAME OR EQUAL. SELLER MUST SPECIFY EXACTLY WHAT ITEM IS BEING OFFERED. CISCO 100Base-FX SFP for GE Port. Part Number GLC-GE-100FX, 20, EA; LI 011, EXACT MATCH ONLY. NO SUBSTITUTIONS, EQUALS, or ALTERNATES. InternationalConfigurations Plug Adapter, U.S. Standard NEMA5-15, 110 VAC to Australia/Indonesia 220 VAC, 15A.Part Number 30220, 25, 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: 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; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Part Number Description CCH-02U Corning Backbone Patch Panel 24/48 Rack Mount Enclosure The item listed above has been identified as a key component of the Departments networking system. Use of third party equipment which has not been tested by the Department nor been proven in field use may result in equipment conflicts, increase the complexity of integration, and may not be compatible with the classified and unclassified network. IRM ITCCB approved the use of the equipment listed above. for unclassified and classified network. Equipment was tested by the Department for hardware and software compatibility along with integrated management functions with existing equipment.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c98a0985961ecac4a99c0583904c5820&tab=core&_cview=1)
- Place of Performance
- Address: Springfield, VA 22153
- Zip Code: 22153
- Zip Code: 22153
- Record
- SN01593277-W 20080615/080613220127-c98a0985961ecac4a99c0583904c5820 (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 |