Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

70 -- IT equipment and software

Notice Date
1/12/2009
 
Notice Type
Presolicitation
 
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
1019942046
 
Response Due
1/15/2009
 
Archive Date
7/14/2009
 
Point of Contact
Name: Harry Lundy, Title: Contract Specialist, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019942046. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 101925. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-01-15 16:30:00.0 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, Exact Match Only, to the following: LI 001, HP 2212FC DC ENH MODULAR SMART ARRAY - Mfg#: AJ745A, 1, EA; LI 002, HPE 3YR 24X7X4 MSA2000 DUAL CTRL SUP - Mfg#: UJ675E, 1, EA; LI 003, HPE INST/STARTUP F/MSA1000/1500 -Mfg#: UA868E, 1, EA; LI 004, HP MSA2000 3.5IN DUAL I/O 12 DRIVE - Mfg#: AJ750A, 2, EA; LI 005, HPE 3YR 24X7X4 MSA2000 ENCL HW SUPP - Mfg#: UK229E, 2, EA; LI 006, HP MSA2 146GB 15K RPM 3.5 INCH SAS - Mfg#: AJ735A, 36, EA; LI 007, HP MSA2000 SNAPSHOT 64 SOFTWARE LTU - Mfg#: T5512A, 1, EA; LI 008, HPE 3YR 24X7 MSA2000 SNPSHT64 SW SUP - Mfg#: UK249E, 1, EA; LI 009, HP MSA2000 SW INSTALL SVC - Mfg#: UK260E, 1, EA; LI 010, HP MSA2000 VOLUME COPY SOFTWARE LTU - Mfg#: T5514A, 1, EA; LI 011, HP 3YR 24X7 MSA2000 VOL COPY SW SUPP - Mfg#: UK252E, 1, EA; LI 012, HP MSA2000 SW INSTALL SVC - Mfg#: UK260E, 1, EA; LI 013, HP 8/20Q FC 8-PORTS ACTIVE SWITCH - Mfg#: AQ233A, 2, EA; LI 014, HP 8GB SHORT WAVE FC SFP+ 1 PACK - Mfg#: AJ718A, 16, EA; LI 015, HP 5M LC/LC FIBRE CHANNEL CABLE - Mfg#: 221692-B22, 6, EA; LI 016, HPE 3YR 24X7X4 8/20Q SAN SWITCH SUPP - Mfg#: UH145E, 2, EA; LI 017, HP INSTALL RTR SWTCH 8/16/24/32 PORT - Mfg#: U5988E, 2, EA; LI 018, HP STORAGEWORKS 81Q PCI-E FC HBA - Mfg#: AK344A, 2, EA; LI 019, HP NC360T PCI-E DP GBIT NIC - Mfg#: 412648-B21, 2, EA; LI 020, HP NC364T PCIE 4PT GBIT ADPTR - Mfg#: 435508-B21, 1, EA; LI 021, HP DL580 G5 X7460 6C 4P 16GB - Mfg#: 487362-001, 1, EA; LI 022, HP 146GB 3G PLUG SAS 10K SF HD - Mfg#: 431958-B21, 6, EA; LI 023, HP 6' 1.83M 10A C13-UL US POWER CORD - Mfg#: AF556A, 4, EA; LI 024, HPE 3YR 24X7X4 ONSITE F/DL580 - Mfg#: U4608E, 1, EA; LI 025, HP DL580 G5 MEMORY BOARD - Mfg#: 452179-B21, 2, EA; LI 026, HP 8GB (2X4GB) PC2-5300 LP KIT - Mfg#: 466440-B21, 8, EA; LI 027, HP DL580 G5 E7440 4C 4P 8GB - Mfg#: 487364-001, 1, EA; LI 028, HP 4GB KIT PC2-5300 FBD - Mfg#: 397413-B21, 4, EA; LI 029, HP 146GB 3G PLUG SAS 10K SF HD - Mfg#: 431958-B21, 4, EA; LI 030, HP SMART ARRAY P800 CONTROL - Mfg#: 381513-B21, 1, EA; LI 031, HP 6' 1.83M 10A C13-UL US POWER CORD - Mfg#: AF556A, 4, EA; LI 032, HPE 3YR 24X7X4 ONSITE F/DL580 - Mfg#: U4608E, 1, EA; LI 033, HP STORAGEWORKS MSA60 ARRAY - Mfg#: 418408-B21, 2, EA; LI 034, HP 146GB 3G PLUG SAS 15K LFF HD - Mfg#: 375872-B21, 24, EA; LI 035, HP KVM INTERFACE ADPTRS 8PK - Mfg#: 262587-B21, 2, EA; LI 036, HP KVM USB CONSOLE INTERFACE ADAPT - Mfg#: 336047-B21, 8, EA; LI 037, HP 8PK CAT5 PATCH CAB 6FT - Mfg#: 263474-B22, 1, EA; LI 038, HP 8PK CAT5 PATCH CAB 12FT - Mfg#: 263474-B23, 1, EA; LI 039, HP 4PK CAT5 PATCH CAB 20FT - Mfg#: 263474-B24, 1, EA; LI 040, HP 16PT KVM SRV CONSOLE SWITCH 2X16 - Mfg#: 336045-B21, 1, EA; LI 041, HP 8PT KVM SRV CONSOLE SWITCH 1X8 - Mfg#: 336044-B21, 1, EA; LI 042, HP TFT7600 RACKMOUNT KYBD AND MON - Mfg#: AG052A, 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. 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. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Please see attachment for detailed summary of installation. 41 USCode 253(c)(1) and FAR 6.302-1 are cited as the statutory authority. 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 most cost effective means to meet the ENM support requirement. The requirement will be competed as the IT community responds to price requests on FedBid. All bids will be provided from GSA approved vendors. It is anticipated the final award will be to the entity providing the best competitive price through the FedBid process. As this is a brand name justification it is supporting existing HP equipment that has reached end of life.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c02ced925548c110d804f1a4f6a723e&tab=core&_cview=1)
 
Place of Performance
Address: SPRINGFIELD, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01730763-W 20090114/090112215215-3c02ced925548c110d804f1a4f6a723e (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.