Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2009 FBO #2946
SOLICITATION NOTICE

70 -- Tandberg, Storage IT Equipment

Notice Date
12/16/2009
 
Notice Type
Presolicitation
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019037000_01
 
Response Due
12/18/2009
 
Archive Date
6/16/2010
 
Point of Contact
Name: Harry Lundy, Title: Contracting Officer, Phone: 7038756014, Fax:
 
E-Mail Address
lundyhe@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1019037000_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. 169632_02. 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 2009-12-18 11:00:00.0 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, Tandberg RDX hard drive Chassis (Empty) P/N: 8435. Must receive serial number list upon delivery., 4, EA; LI 002, Imation RDX 320GB Data Cartridge P/N: 27083., 16, EA; LI 003, JetStor 12-Bay Storage Array (specs attached) P/N: DS-412iS: - Line Item Comments: 12 hot swappable drive bays iSCSI interface SATA II compatible; up to 1.5 TB capacity; Metal drive carriers; rugged design 64-bit RISC 400MHz CPU with 266MHz memory bus (or better); must be field replaceable; support for dual controller (preferred) RAID Options 0,1,1+0,5,6; must provide background initialization of virtual disks 2 X 1GB Ethernet (or more) for network Dedicated management interface preferred Must provide UPS support 1GB battery backed controller cache (or better) Write Speed (sustained) 115MB/s (or better) Read Speed (sustained) 90MB/s (or better) LCD display required Alarms: Overheat (audible and email), Fan failure (audible and email), Hard drive (audible and email) Chassis: 2U Rack Mountable made with steel - rugged design (must provide an adjustable rail system) 3 year world-wide coverage including parts and labor. 2X redundant, hot swappable cooling fans Redundant, 350 Watts X 2, autosensing, hot swappable; dual independent input power supplies Compatible with Windows Server 2008, VMWare ESX Server, Windows Server 2003, Linux Must provide media and documentation necessary to properly install and configure unit; must provide rugged packaging for shipping TAA compliant. Must be available without drives Firmware must be field upgradable Compatible with FilesX versions 2.5, 3.0, 3.5 and TSM FastBack version 5.5.x Compatible with UltraBac v8.2 Components (fan, power supply, hard drives) must be interoperable with JetStor DS-412S. Must receive serial number list upon delivery., 4, EA; LI 004, Hitachi 1TB Hard Drive, SATA, 3.0 Gbps, 3.5-Inch FF, 7200 RPM, 32MB Buffer P/N: 0A38028. Must receive serial number list upon delivery., 12, EA; LI 005, Hewlett Packard Broadcom NetXtreme Gigabit Ethernet Plus NIC P/N: FS215AA, 4, 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. 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. Weight is a consideration for all items due to Government shipping-related costs. GITM Receiving hours are 7:00 AM 3:00 PM, Monday thru Wednesday. Driver must contact Robert Hall, GITM Warehouse Manager (703-970-2123, HallRP@state.gov) for Dock Appointment prior to delivery of shipment. Shipments without Dock Appointments may be refused at the door. Requisition Reference Number (AQ1019-Number) must be clearly written on each box. A packing slip must be included with each shipment. Packing slips must be marked with the Requisition Reference Number (AQ1019-Number). Packing Slips/Bills of Lading must contain pallet and box count. Shipping Address:oU.S. Department of Stateoc/o ManTecho8020 Grainger Ct., Springfield, VA 22153 Software licenses and key codes are to be sent to Dawn Cavallo, GITM Procurement Manager at CavalloDM@state.gov (703-970-2117) via E-Mail (including AQ1019-Number in subject line). Pallet height not to exceed 62-Inches. Wrapped pallet dimensions not to exceed 40x48x62-Inches. Pallets must be wood with standard 3-stringer construction and 4-way entry. Pallet size should be 40x48-Inches with 48-Inches being the stringer length. All pallets must be marked with the Requisition Reference Number (AQ1019-Number). All boxes and containers must be clearly marked with the Requisition Reference Number (AQ1019-Number) found in Block 4, of DoS Form 347: Order for Suppliers and Services. Shipping documents will clearly list each item and the quantity shipped as contained within boxes or containers. If single line items have been assembled into a major component, shipping documents must account for the individual items shipped within the major component. Requisition Reference Number (AQ1019-Number) must be clearly printed on all boxes. Part Number with Bar-Code must be clearly printed on the container. Serial Number with Bar-Code must be clearly printed on the container (if applicable). If the equipment is modified, a new Part Number must be assigned and Bar-Coded on the container. If the equipment is modified, the original Part Number and Bar-Code should not be covered on the container. If a new Serial Number is assigned, it must be Bar-Coded on the container. The Vendor may not substitute any item listed on this order without prior written approval by the Contracting Officer. No other individual is authorized to change Part Numbers, manufacturers, quantities, delivery dates or any other specifications of this award either verbally or in writing. Items that do not conform to the Descriptions and Part Numbers found in Block 17 will be rejected at the time of delivery causing a return at the Vendor s expense. Items received must adhere to the configuration as submitted and approved by the GITM System Engineering Test Facility. Vendors must deliver to the locked configuration as tested and approved. Items not in compliance will be returned to the Vendor at no additional cost to the Department and comments will be recorded in the Vendor s Performance File. Random Quality Assurance will be conducted to ensure Vendor/Manufacturer conformance. GITM does not allow use of third party components in any Equipment Configurations. Random QA will be performed. If it is determined that third party components were used resulting in the compromise of equipment warranties,the Vendor will assume the cost to replace said items at no additional cost to the Department. The infraction will be recorded in the Vendor s Performance File. Worldwide manufacturer warranty is required for parts and labor on all components. Vendor pickup & delivery at 8020 Grainger Ct., Springfield, VA 22153 for warranty returns will be provided at no additional cost within 3 business days of notification Repaired units must be returned to GITM within 30 days of pickup. A 120-Day lead time is required for returning a defective item from a Post. If award is made to a value-added reseller, the reseller will coordinate with the manufacturer for any warranty repairs/concerns. The Office of Acquisition Management is conducting this acquisition for ITComponents on behalf of Information Resource Management, Global ITModernization. A description of the supplies or services required to meet the Departments needs: Tandberg 8435, Imation 27083, JetStor DS-412is, Hitachi 0A38028, Hewlett Packard FS215AA. 40 USC 501 and FAR 8.405-6(b)(1), Only one source (Brand NameOnly). Imation 27083RDX is the Department's standard for removablehard drives used for F AM-required off-site backups for post data. Any manufacturer is acceptable as long as they are licensed to produce RDX components and drives are TAA compliant per the specs. Hitachi: High Capacity hard disk drives for use in online backup solution. Brand name or equivalent acceptable as long as all specs are met. JetStor: Unique requirements met by this unit include the iSCSI connection; RAID 0, 1,0+1,5 and 6 support; upgradable firmware, battery-backed cache, availability without hard drives, steel chassis and drive carriers, and FilesX/Ultrabac compatibility. HP Broadcom Net Xtreme Gigabit Ethernet Plus NIC or equivalent: Brand name or equivalent acceptable as long as all specifications are met.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1019037000_01/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN02024816-W 20091218/091216234941-b29cddf5c3e46b0df7b03bac3d0ba649 (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.