Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
DOCUMENT

D -- Maintenance - Brand Name Justification

Notice Date
8/7/2008
 
Notice Type
Brand Name Justification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FEDSIM, Crystal Plaza 3, 2100 Crystal Drive, Ste 800, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
GSC-TFMG-08-32047
 
Archive Date
9/2/2008
 
Point of Contact
Millicent M Hawkins,, Phone: 703-306-7695
 
E-Mail Address
millicent.hawkins@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation a written solicitation will not be issued. There is no solicitation number, for reference Request for Quote (RFQ) Number GSC-TFMG-08-32047 is provided for identification purposes only. General Services Administration/FEDSIM is soliciting for the procurement of HP Certified annual server and tape drive maintenance. The Justification for Other than Full and Open Competition in accordance with FAR part 6.302 is attached. This acquisition is limited to the OEM and its authorized distributors/resellers of the required items. This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition including 52.203-6 Alt 1, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.232-34. The full text of a FAR clause may be access electronically at http://www.acqnet.gov/far. Company must be registered on Central Contractor Registration (CCR) before an award can be made. If a company is not registered in CCR, they may do so by accessing the following web site at http://www.ccr.gov PRICING SCHEDULE: Mandatory Services. CLINProduct #DescriptionQtyUnit PriceExt. Price 0001Warranty Reinstatement Fee 0002Hewlett Packard Warranty & Maintenance - HP Certified Maintenance - 24X7, 4 Hour Response (Quantity 5) for the following products: HP SSL2020 Automated AIT Tape Library Solution AIT Lib. 2 50GB Drv R ALL (product number 175196-B22) 3G1BDX71GJK2, 3G2ADX71F6VH, 3G29DX7194ME, 3G2ADX71A6H2, 3G2ADX71F6VY5 0003Hewlett Packard Warranty & Maintenance – HP Certified Maintenance - 24X7, 4 Hour Response (Quantity 1) HP StorageWorks Network Storage Router N1200 Rack Mountable 1FCx2 LVD SCSI(product number 280823-B21) Serial unknown1 TOTAL BASE YEAR CLINs Option Year 1 CLINs: CLINManuf #DescriptionQtyUnit PriceExt. Price 1001Hewlett Packard Warranty & Maintenance -Option Year 1 HP Certified Maintenance - 24X7, 4 Hour Response (Quantity 5) for the following products: HP SSL2020 Automated AIT Tape Library Solution AIT Lib. 2 50GB Drv R ALL (product number 175196-B22) 3G1BDX71GJK2, 3G2ADX71F6VH, 3G29DX7194ME, 3G2ADX71A6H2, 3G2ADX71F6VY5 1002Hewlett Packard Warranty & Maintenance – Option Year 1 HP Certified Maintenance - 24X7, 4 Hour Response (Quantity 1) HP StorageWorks Network Storage Router N1200 Rack Mountable 1FCx2 LVD SCSI(product number 280823-B21) Serial unknown1 TOTAL OPTION YEAR 1 CLINs Option Year 2 CLINs: 2001Hewlett Packard Warranty & Maintenance -Option Year 2 HP Certified Maintenance - 24X7, 4 Hour Response (Quantity 5) for the following products: HP SSL2020 Automated AIT Tape Library Solution AIT Lib. 2 50GB Drv R ALL (product number 175196-B22) 3G1BDX71GJK2, 3G2ADX71F6VH, 3G29DX7194ME, 3G2ADX71A6H2, 3G2ADX71F6VY5 2002Hewlett Packard Warranty & Maintenance – Option Year 2 HP Certified Maintenance - 24X7, 4 Hour Response (Quantity 1) HP StorageWorks Network Storage Router N1200 Rack Mountable 1FCx2 LVD SCSI(product number 280823-B21) Serial unknown1 TOTAL OPTION YEAR 2CLINs TOTAL CLINS (0001-2002)______________________ STATEMENT OF WORK: This requirement supports the Department of State’s Bureau of Verification and Compliance (VC/VO). The contractor shall provide all services listed above. Compliance with Section 508 requirements is applicable to quotes submitted in response to this RFQ. The Contractor shall reinstate the warranty and provide HP Certified hardware server and tape drive maintenance 24 hours a day, 7 days a week with a 4 Hour response time. This is a brand name procurement. HP Certified Maintenance - 24X7, 4 Hour Response Support shall be for VC/VO Server and HP Tape Drives with the following serial numbers: 3G1BDX71GJK2, 3G2ADX71F6VH, 3G29DX7194ME, 3G2ADX71A6H2, 3G2ADX71F6VY. HP Certified Maintenance - 24X7, 4 Hour Response Support shall also be for the VC/VO HP StorageWorks Network Storage router N1200-Router Rack Mountable-1FCX2LVD. All Technicians responding to a maintenance call, must possess a Security Clearance of Secret or higher. Documentation of this clearance must be provided to DOS DELIVERABLES: All of the services stated above is required. Services under CLINs 0001-0003 shall be 365 days from Date of Award. PLACE OF DELIVERY: Department of State/VC/VO, 2201 C Street, NW, Washington, DC 20520 POC: Jim Austin, 202-647-6055. QUOTE DUE: Quotes shall be submitted electronically via e-mail to Ms. Millicent Hawkins, Contract Specialist at millicent.hawkins@gsa.gov no later than 11:00 am EST on August 18, 2008. Hard copy proposals will not be accepted. QUESTIONS: Questions concerning this RFP may be addressed via email to millicent.hawkins@gsa.gov, no later than 12:00 pm EST. on August 12, 2008. SPECIAL PROVISIONS: Section 508 Compliance - All electronic and information technology procured through this order must meet the applicable accessibility standards of 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as mended, and is viewable at the following URL: http://www.section 508.gov. The following Section 508 technical standards are applicable to this purchase order, as a minimum: Software Applications and Operating Systems (1194.21). The contractor shall indicate for each line item in the schedule whether each product or service is compliant or non-compliant with the accessibility standards of 36 CFR1194. Further, the proposal must indicate where full details of compliance can be found (e.g. vendor’s website or other exact location). INVOICE SUBMISSION The contractor shall submit Requests for Payments in accordance with the format contained in GSAM 552.232-70, INVOICE REQUIREMENTS (SEPT 1999), to be considered proper for payment. In addition, the data elements indicated below shall be included on each invoice. Purchase Order number: (from GSA Form 300, Block 2) Paying Number: (ACT/DAC NO.) (From GSA Form 300, Block 4) FEDSIM Project No.: 28062STM Project Title:HP Maintenance The contractor shall utilize FEDSIM’s electronic Tracking and Ordering System (TOS) Next to submit invoices. The contractor shall submit invoices electronically by logging onto: https://ec-its.gsa.gov/tos2/oitihome.nsf/Open Select Vendor Support, log in using your assigned I.D. and password, then click on Create Invoice. The TOS Next Help Desk should be contacted for support at (703) 921-0128. By utilizing this method, no paper copy of the invoice shall be submitted to GSA FEDSIM or the GSA Finance Center in Ft. Worth, TX. However, the contractor may be required to submit a written “hardcopy” invoice to the Government if requested by the FEDSIM COR. CONTRACTING OFFICER (CO) GSA FEDSIM ATTN: Chiara McDowell, CO 2100 Crystal Drive, Suite 800 Arlington, VA 20406 Telephone: 703 605-36 Email: chiara.mcdowell@gsa.gov CONTRACTING OFFICER’S REPRESENTATIVE (COR) GSA FEDSIM ATTN: John Stephens COR 2100 Crystal Drive, Suite 800 Arlington,VA 20406 Telephone: (410) 414-9371 Fax: (410) 414-9371 Email: john.stephens@gsa.gov QUOTE INSTRUCTIONS: The offeror’s quote shall be submitted electronically, be complete, respond directly to the requirements of the RFQ. Quote shall contain the quote and Section 508 Compliance. The price quote shall include a list of proposed hardware that will satisfy the requirement stated in the RFQ. Proposed Bill of Materials: The itemized list of materials must include the part number, description, quantity, units, unit price, and extended price for each line in the proposed list. The clause at 52.212-2, Evaluation of Commercial Items, applies to this acquisition; addenda to the clause are included. The Government will award a contract resulting from this RFQ to the lowest priced, technically acceptable responsible offeror. This will be a single award for all items. BASIS FOR AWARD: The Government anticipates awarding a Purchase Order to the offeror whose quote is the lowest price technically acceptable for both CLINs. The price quote will be evaluated to determine price reasonableness based upon existing manufacturer list pricing and based upon offered discounts. Excessively high or low pricing may be considered unreasonable, and may receive no further consideration. The Government will evaluate the quote being submitted for technical acceptability. Technical acceptability is defined as a quote matching all of the listed item numbers as listed above, submssion of a letter certifying the capabilty of providng service technicians with a Secret Clearnce or higher, and complying with the required delivery schedule of both CLINs. There will be one single award for all items.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd93fe731c35669178d66f13223ea5f8&tab=core&_cview=1)
 
Document(s)
Brand Name Justification
 
File Name: Brand name Justification (J&A 32047.doc)
Link: https://www.fbo.gov//utils/view?id=c128df75b22ed1cc9a31021bae90deb0
Bytes: 69.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of State, VC/VO, 2201 C Street, NW, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN01634000-W 20080809/080807223103-dd93fe731c35669178d66f13223ea5f8 (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.