SOLICITATION NOTICE
70 -- RECOVERY--70--RECOVERY - HP FIREWALL
- Notice Date
- 9/20/2009
- Notice Type
- Presolicitation
- Contracting Office
- 1701 N Fort Myer Drive, Rosslyn, VA 21999
- ZIP Code
- 21999
- Solicitation Number
- 101993A017
- Response Due
- 9/23/2009
- Archive Date
- 3/22/2010
- Point of Contact
- Name: Theresa Hunt, Title: Contract Specialist, Phone: 7038756019, Fax:
- E-Mail Address
-
huntt@state.gov;
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number 101993A017. 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. 163529. NASA SEWP IV Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing NASA SEWP IV contract. 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 NASA SEWP IV contract AND upon approval from the soliciting Contracting officer. Information regarding NASA SEWP IV contracts is available at <http://www.sewp.nasa.gov>. The FedBid system will automatically calculate SEWP fees to the Seller bid. This is viewable on the Seller's bid confirmation page prior to submittal. 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 2009-09-23 11:00:00.0 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, Brand Name or Equal, to the following: LI 001, HP DL380 G6 X5560 PERF, Mfg#: 491315-001*Processor(s): (2) Intel Xeon Processor X5560 (2.80 GHz, 8MB L3 Cache, 95W, DDR3-1333, HT, Turbo 2/2/3/3)*Cache Memory: 8MB (1 x 8MB) Level 3 cache*Memory: 12 GB (6 x 2 GB) PC3-10600R (DDR3-1333) Registered DIMMs*Network Controller: Two HP NC382i Dual PortMultifunction Gigabit Server Adapters*Storage Controller: HP Smart Array P410i/512MB with BBWC*Optical Drive: HP Slim SATA DVD RW drive*Power Supply: (2) 750W Hot Plug Power Supplies*Fans: (6) (N+1 redundancy standard), 20, EA; LI 002, HP 146GB PLUG SAS 15K SFF DP HDMfg#: 504062-B21, 89, EA; LI 003, HPE 5YR 24X7X4 DMR DL38XMfg#: UH106E, 20, EA; LI 004, HP 8GB 2RX4 PC3-10600R-9 KITMfg#: 500662-B21, 204, EA; LI 005, HP NC364T PCIE 4PT GBIT ADPTRMfg#: 435508-B21, 16, EA; LI 006, HP FC2242SR PCI-E DC HBAMfg#:A8003A, 14, EA; LI 007, HP 6' 1.83M 10A C13-UL US POWER CORDMfg#: AF556A, 44, EA; LI 008, HP ILO ADV 1 SRV TSU SWMfg#:512485-B21, 15, EA; LI 009, HP DL360 G6 X5550 PERF; Mfg#: 504633-001*Processor(s): (2) Intel Xeon Processor X5550 (2.66 GHz, 8MB L3 Cache, 95 Watts, DDR3-1333, HT Turbo 2/2/3/3)*Cache Memory: 8MB (1 x 8MB) Level 3 cache*Memory: 12 GB (6 x 2 GB) PC3-10600R (DDR3-1333) Registered DIMMs*Network Controller: HP NC382i Dual Port Multifunction Gigabit Server Adapter*Storage Controller: HP Smart Array P410i/512MB with BBWC*Optical Drive: None ship standard*Power Supply: Two 460W Hot Plug Power Supplies,redundant*Fans: 4 total (3 fans in 1 Processor Models, 1 additional fans with second processor) redundancy standard, 2, EA; LI 010, HP DL360 G6 12.7MM SATA DVD-RWMfg#: 532068-B21, 2, 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov (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. FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. 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. 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. This procurement action is being funded with supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009 (ARRA), Pub. L. 111-5. It is the intention of the Department of State to issue a bilateral contract resulting from this solicitation, which, in addition to other contract clauses, will incorporate commercial contract clauses specific to ARRA procurements. Contract clauses will include: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Alternate II May 2009), 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009), 52.204-11 American Recovery and Reinvestment ActReporting Requirements (Mar 2009), and 52.214-26 Audit and RecordsSealed Bidding (Mar 2009). The awardee must also submit a copy of all invoices to the Contracting Officer and/or Contract Specialist named on page 1 of the contract, for recording purposes. Failure to furnish a copy of all invoices accordingly may result in denied invoice approval and/or payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101993A017/listing.html)
- Place of Performance
- Address: Washington, DC 20520
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN01962951-W 20090922/090920233409-34bd048bf249438bb97ef6057f779ab0 (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 |