Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
MODIFICATION

70 -- NetApp Filer and IT Supplies

Notice Date
7/30/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N. Ft. Myer Drive, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1064905007-1064995623
 
Response Due
7/30/2009
 
Archive Date
1/26/2010
 
Point of Contact
Name: Terry Lord, Title: Contract Specialist, Phone: 703-875-4801, Fax: 1111111111
 
E-Mail Address
lordtg@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION 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 1064905007-1064995623 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 334613 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside 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 2009-07-30 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be CHARLESTON, SC 29405 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, FAS3170A w/24 Shelves of 300GB 15K Drives and 60 months of Standard NBD Support FAS317A NetApp Select,CFO,ISCSI,CIFS,R5P/N: FAS3170A-BNDL4-R5, 2, EA; LI 002, NIC, 4-Port, GbE, Copper, PCle, -C, R6 P/N: X1049A-R6-C, 4, EA; LI 003, HBA, FC, 2-Port, 4Gb, Tape, Optical, PCle, -C, R6. P/N: X2053A-R6-C, 2, EA; LI 004, HBA, FC, 4-Port, PCle, 4Gb, -C, R6. P/N: X2054B-R6-C, 2, EA; LI 005, Cable, Optical, LC/LC, 5M, X, -C, R6. P/N: X6536-R6-C, 16, EA; LI 006, SFP, Optical, 4.25Gb, -C, R6. P/N: X6539-R6-C, 16, EA; LI 007, Cab, 4PDU(30A, 1-PH, NEMA, 8outlet), -C, R6. P/N: X8730B-R6-C, 2, EA; LI 008, Kit, Storage Cabinet Interconnection, -C, R6. P/N: X879-R6-C, 1, EA; LI 009, DS14KM4SHLF, ACPS, 14X300GB, 15K, HDD, ESH4, -C, R5. P/N: X94015A-ESH4-R5-C, 24, EA; LI 010, FAS3170A SoftwareDR SW, FAS Bundle, File Services, T5C, -C, - Bundle includes SnapMirror and special pricing on FlexClone and SnapRestore. P/N: SW-T5C-SAN-FS-DR-C, 2, EA; LI 011, Backup SW, FAS, Bundle, T5C, -C, - Bundle includes SnapRetore and special pricing on FlexClone. P/N: SW-T5C-FS-DP-C, 2, EA; LI 012, Disk Sanitization Software, T5C, -C. P/N: SW-T5C-DSANIT-C, 2, EA; LI 013, Flexclone Software, Special, T5C, -C. P/N: SW-T5C-FLEXCLN-S-C, 2, EA; LI 014, A-SIS Deduplication Software, T5C, -C. P/N: SW-T5C-ASIS-C, 2, EA; LI 015, NearStore Software, T5C, -C. P/N: SW-T5C-NEARSTORE-C, 2, EA; LI 016, FAS3170A Standard Support & Non Returnable Disk Fee (60 Months)SupportEdge Standard Replace NBD, Install (60 Months). P/N: CS-A-INST-NBR, 1, EA; LI 017, Non Returnable Disk Fee (60 Months). P/N: CS-NRD-FEE, 1, EA; LI 018, FAS3170A Spares KitKit, Basic Spares, 3170, R5. P/N: SK-3170-R5, 1, EA; LI 019, Additional NetApp CabinetsCabinet Component Power Cable, R6. P/N: X800-42U-R6, 2, EA; LI 020, Cab, 4PDU(30A, 1-PH, NEMA, 8outlet, R6 - RYXZLP. P/N: X8730B-R6, 4, EA; LI 021, Kit, Storage Cabinet Interconnection, R6. P/N: X879-R6, 3, EA; LI 022, CISCO, SwitchBASE SYS W/8 OPTICS AND 2 HALF SLOTS. P/N: WS-C4900M, 1, EA; LI 023, 20PT 10/100/1000 RJ45. P/N: WS-X4920-GB-RJ45=, 2, EA; LI 024, 4900m AC P/S 1000w. P/N: PWR-C49M-1000AC, 1, EA; LI 025, REDUN AC P/S FOR 4900M. P/N: PWR-C49M-1000AC/2, 1, EA; LI 026, CISCO 10G BASE-SR X2 MOD. P/N: X2-10GB-SR=, 4, EA; LI 027, SMARTNET 8X5XNBD SMS-1. P/N: CON-SNT-SMS-1, 5390, EA; LI 028, High-End App Servers HP DL380G5 CTO Chassis. P/N: 391835-B21, 7, EA; LI 029, HP E5430 DL380G5 FIO Kit. P/N: 458575-L21, 7, EA; LI 030, HP E5430 DL380G5 Kit. P/N: 458575-B21, 7, EA; LI 031, HP 4GB FBD PC2-5300 2X2GB Kit. P/N: 397413-B21, 28, EA; LI 032, HP 146GB 10K SAS 2.5 HP HDD. P/N: 431958-B21, 56, EA; LI 033, HP Slimline CD-RW/DVD-ROM Combo Option Kit. P/N: 331903-B21, 7, EA; LI 034, HP Smart Array P400/512 Controller. P/N: 411064-B21, 7, EA; LI 035, HP NC360T PCle DP Gig Adptr. P/N: 412648-B21, 7, EA; LI 036, HP RPS 350/370/380 G5 US Kit. P/N: 399771-001, 7, EA; LI 037, HP 4y Nbd w/DMR Proliant DL38x HW Supp. P/N: UK634E, 7, EA; LI 038, Standard App Servers HP DL380G5 CTO Chassis. P/N: 391835-B21, 20, EA; LI 039, HP E5430 DL380G5 FIO Kit. P/N: 458575-L21, 20, EA; LI 040, HP 2GB FBD PC2-5300 2X1GB Kit. P/N: 397411-B21, 80, EA; LI 041, HP 146GB 10K SAS 2.5 HP HDD. P/N: 431958-B21, 160, EA; LI 042, HP Slimline CD-RW/DVD-ROM Combo Option Kit. P/N: 331903-B21, 20, EA; LI 043, HP Smart Array P400/512 Controller. P/N: 411064-B21, 20, EA; LI 044, HP NC360T PCle DP Gig Adptr. P/N: 412648-B21, 20, EA; LI 045, HP RPS 350/370/380 G5 US Kit. P/N: 399771-001, 20, EA; LI 046, HP 4y Nbd w/DMR Proliant DL38x HW Supp. P/N: UK634E, 20, EA; LI 047, Momentum Database Server (Quantity = 3)HP DL580R05 CTO Chassis. P/N: 452291-B21, 3, EA; LI 048, HP DL580G5 2.93 130W FIO Kit. P/N: 451999-L21, 3, EA; LI 049, HP DL580G5 2.93 130W Kit. P/N: 451999-B21, 9, EA; LI 050, HP 2GB FBD PC2-5300 2X1GB Kit. P/N: 397411-B21, 24, EA; LI 051, HP 146GB 10K SAS 2.5 HP HDD. P/N: 431958-B21, 24, EA; LI 052, HP Disk Drive - Internal - DVD-ROM -24X(CD)/8X(DVD) - IDE. P/N: 264007-B21, 3, EA; LI 053, HP SA P-Series 512MB SA BBWC Kit. P/N: 405148-B21, 3, EA; LI 054, HP NC360T PCle DP Gig Adptr. P/N: 412648-B21, 3, EA; LI 055, HP 1200W 12V Hotplug AC Power Supply. P/N: 437572-B21, 6, EA; LI 056, HP 4y Nbd w/DMR Proliant DL58x HW Supp. P/N: UK636E, 3, EA; LI 057, RACKSUNIVERSAL RACK 10642 G2 PALLET., 3, EA; LI 058, RACKS 10642 G2 SIDEPANEL KIT., 3, EA; LI 059, RACKS STABILIZER 600W 10K G2., 3, EA; LI 060, 10PK CARBT 1U UNIVERSAL FILLER PANEL., 3, EA; LI 061, NetApp Lease Agreement with five (5) annual payments, 1, LT; 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. If Seller is offering Cisco Brand product, they affirm the following: A)The products offered in this bid are brand new, not gray market and are in original packaging. B) Seller is providing these products via Cisco authorized channels for new equipment Federal sales. C) Full Cisco warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. Should the government decide not to exercise an option, the government will not pay any termination costs associated with a decision to not exercise options.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1064905007-1064995623/listing.html)
 
Place of Performance
Address: CHARLESTON, SC 29405<br />
Zip Code: 29405<br />
 
Record
SN01893315-W 20090801/090730235929-55746a83d95fcae0c513ca1395690e28 (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.