Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
SOLICITATION NOTICE

70 -- NetApp Appliance Equipment

Notice Date
9/19/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 N Ft Meyer Dr SA-6, Room 500, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1012931011_01
 
Response Due
9/21/2009
 
Archive Date
3/20/2010
 
Point of Contact
Name: Kathy Beck, Title: Contract Specialist, Phone: 7038754227, Fax: 7038757370
 
E-Mail Address
beckkb@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1012931011_01. 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. 163310_01. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2009-09-21 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Exact Match Only, to the following: LI 001, CIFS Software, T1, -C, 1, EA; LI 002, Supportedge premium, 7x24, 4hr onsiteMTHS: 36, 2, EA; LI 003, SW, Application pack, T1, -C Part # SW-T1-APPLICATION-PACK-C, 3, EA; LI 004, FAS2020 Base Appliance, -C, R5, 3, EA; LI 005, SW, Foundation pack, T1, -C Part # SW-T1-Foundation-Pack-C, 3, EA; LI 006, CIFS Software, T1, -C, 3, EA; LI 007, Kit, FAS2020/40, -C, R6, 3, EA; LI 008, Documents, 2020, -C, 3, EA; LI 009, SW, Base Pack, -C, 3, EA; LI 010, Power Cable North America, -C, R6, 8, EA; LI 011, DS14MK4 Shlf, ACPS, 14x300GB, 15k, HDD, ESH4, -C, R5, 1, EA; LI 012, MTHS: 36, 1, EA; LI 013, FAS2020, Disk Shelf, 12x450 SAS, -C, -R5 Part # FAS2020-12-X289A-R5-C, 2, EA; LI 014, SFP, optical, LC/LC, 5M, X, -C, R6, 4, EA; LI 015, Cable, Optical, LC/LC, 5M, X, -C, R6, 2, EA; LI 016, Rackmount kit, 4N2, DS14-Middle, -C, R6, 1, EA; LI 017, Shipping if applicable, 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. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov 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. DOS A/LM/AQM Memorandum dated 04/23/08: 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.") 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 1. The Department of State, Office of Acquisition (NLMJAQMJIP/GPB),intends to award a GSA Task Order Contract to a GSA vendor provider ofNetApp Storage Appliances and Support on behalf of European andEurasian Affairs Bureau (EURlIOJEX). Thc estimated cost is $197,942.91.2. The Department of State, Office of Acquisitions is conducting this acquisitionfor the European and Eurasian Affairs Bureau (EURlIOJEX). Under thisprocurement, NetApp Storage Appliance and Support will be solicited onFEDHID, limited to name brand only and GSA Schedule holders.3. The successful GSA vendor will provide the following NetApp StorageEquipment and Services:ADP Acquisitions SUI' Services-CIFS Software; ADP Acquisitions SUPServices-Kit; Documents 2020; SW Base Pack; Power Cable North America;DS14MK4 Shelf ACPS 14x300GB 15k HDD ESH4; 36 Months Service;FAS2020 Disk Shelf 12x4450 SAS; SFP optical, LC/LC SM X; RackmountKit 4N2 DS14-Middle; GSA Fee; FAS2020 Disk Shelf I2x300GB SAS;Support edgc Premium 7x24 4hr onsite; SW Application Pack TI; FAS2020Base Appliance; SW Foundation Pack '1'1.4. IAW FAR 8.405-6, citing 40 U.S.C. 50 I, Limited sources justification andapproval, the acquisition is conducted under the authority of the MultipleAward Schedule Program.s. NetApp is the leading manufacturer of network attached storage (NAS) andstorage area networks (SAN) appliances and is already operational/in-use inthe EUR Bureau. Our in-house engineers have already been trained andhave experience on the NetApp products and our mission critical data isalready in the NetApp format. New units need to be NetApp appliances inorder to complete our storage and disaster recoveryrequirements/operations.6. Using the procedures except as required by 8.405-2(d), the ordering activityhas concluded that the order represents the best value and results in thelowest overall cost alternative (considering price, special features,administrative costs, etc.) to meet the Government's needs. Although GSAhas already negotiated fair and reasonable pricing, ordering activities mayseek additional discounts before placing and order. The price under theGSA Schedule remains constant and unchanged. Therefore, the ratesoffered, under this acquisition is considered fair and reasonable. 7. Market Research was conducted to identify potential vendors of the NetAppproducts on GSA Advantage. FCN Technology Solutions offers theseproducts and has authority to provide GSA schedule quotes on these items.FCN Technology Solutions has provided a preliminary quote and willparticipate in the FEDBID reverse auction.8. Utilizing any other brand than NetApp is simply not feasible in this situation.The office is simply replacing older units with newer units and ones that mayhave more capacity. The data stored on the current devices must be moved tothese devices and will only work on this product line. Furthermore, theengineers are trained on this product line. Additionally, NetApp is the onlyproduct line that is compatible with the office's current storage and DisasterRecovery plans.9. There arc no plans at this point to transition to a different system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1012931011_01/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN01962454-W 20090921/090919233937-a2923a0357d38e556c80f3a4975c5d59 (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.