Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
MODIFICATION

70 -- RECOVERY--70--RECOVERY - IT Equipment

Notice Date
6/18/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N Ft Myer DR, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
101903A016
 
Response Due
6/21/2010
 
Archive Date
12/18/2010
 
Point of Contact
Name: Renee Hill, Title: Contract Specialist, Phone: 7038756747, Fax:
 
E-Mail Address
hillrm@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 101903A016. 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. 191624_01. 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. 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 2010-06-21 16:00:00.0 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, HP 10642 G2 Shock Rack w/150mm ExtnAF004A, 1, EA; LI 002, Factory Express Base RackingAF004A 001, 1, EA; LI 003, HP BLc7000 1PH Matrix Expansion Kit507021-B21, 1, EA; LI 004, HP BL490c G6 CTO Blade498357-B21, 16, EA; LI 005, HP E5540 BL490c G6 FIO Kit509322-L21, 16, EA; LI 006, HP E5540 BL490c G6 Kit509322-B21, 16, EA; LI 007, HP 4GB 2Rx4 PC3-10600R-9 Kit500658-B21, 288, EA; LI 008, HP 32GB 1.5G SATA 2.5in ETY SSD461201-B21, 16, EA; LI 009, HP BLc QLogic QMH2562 8Gb FC HBA Opt451871-B21, 16, EA; LI 010, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 4, EA; LI 011, c7000 Matrix Expansion SuppHA107A3 9K1, 1, EA; LI 012, BL4xxc Svr Bld HW SupportHG927A3 7XE, 16, EA; LI 013, c7000 Matrix Expansion SuppHG927A3 9K1, 1, EA; LI 014, HP BLc7000 10K Rack Ship Brkt Opt Kit433718-B21, 1, EA; LI 015, HP BLc7000 1PH Matrix Expansion Kit507021-B21, 1, EA; LI 016, HP BL490c G6 CTO Blade498357-B21, 16, EA; LI 017, HP E5540 BL490c G6 FIO Kit509322-L21, 16, EA; LI 018, HP E5540 BL490c G6 Kit509322-B21, 16, EA; LI 019, HP 4GB 2Rx4 PC3-10600R-9 Kit500658-B21, 288, EA; LI 020, HP 32GB 1.5G SATA 2.5in ETY SSD461201-B21, 16, EA; LI 021, HP BLc QLogic QMH2562 8Gb FC HBA Opt451871-B21, 16, EA; LI 022, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 4, EA; LI 023, c7000 Matrix Expansion SuppHA107A3 9K1, 1, EA; LI 024, BL4xxc Svr Bld HW SupportHG927A3 7XE, 16, EA; LI 025, c7000 Matrix Expansion SuppHG927A3 9K1, 1, EA; LI 026, HP BLc7000 10K Rack Ship Brkt Opt Kit433718-B21, 1, EA; LI 027, HP 3PH 48A NA/JP Pwr Monitoring PDUAF916A, 2, EA; LI 028, HP 10K Rack Airflow Optimization KitAF090A, 1, EA; LI 029, HP Rack Grounding KitAF074A, 1, EA; LI 030, HP 10K G2 600mm Stabilizer KitAF062A, 1, EA; LI 031, HP 10642 G2 Sidepanel KitAF054A, 1, EA; LI 032, HP BLc 3m 10-GbE CX4 Cable Opt444477-B23, 1, EA; LI 033, HP BLc 1m 10-GbE CX4 Cable Opt444477-B22, 2, EA; LI 034, HP CP Svc for ProLiant ExperienceHF385E, 26, EA; LI 035, HP BLc 10Gb SR SFP+ Opt455883-B21, 8, EA; LI 036, HP BLc 10Gb SR SFP+ Opt455883-B21, 8, EA; LI 037, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 8, EA; LI 038, HP BLc 10Gb SR SFP+ Opt455883-B21, 12, EA; LI 039, HP BLc7000 1PH Matrix Expansion Kit507021-B21, 1, EA; LI 040, HP BL490c G6 CTO Blade498357-B21, 16, EA; LI 041, HP E5540 BL490c G6 FIO Kit509322-L21, 16, EA; LI 042, HP E5540 BL490c G6 Kit509322-B21, 16, EA; LI 043, HP 4GB 2Rx4 PC3-10600R-9 Kit500658-B21, 288, EA; LI 044, HP 32GB 1.5G SATA 2.5in ETY SSD461201-B21, 16, EA; LI 045, HP BLc QLogic QMH2562 8Gb FC HBA Opt451871-B21, 16, EA; LI 046, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 4, EA; LI 047, c7000 Matrix Expansion SuppHA107A3 9K1, 1, EA; LI 048, BL4xxc Svr Bld HW SupportHG927A3 7XE, 16, EA; LI 049, c7000 Matrix Expansion SuppHG927A3 9K1, 1, EA; LI 050, HP BLc7000 10K Rack Ship Brkt Opt Kit433718-B21, 1, EA; LI 051, HP BLc7000 1PH Matrix Expansion Kit507021-B21, 1, EA; LI 052, HP BL490c G6 CTO Blade498357-B21, 16, EA; LI 053, HP E5540 BL490c G6 FIO Kit509322-L21, 16, EA; LI 054, HP E5540 BL490c G6 Kit509322-B21, 16, EA; LI 055, HP 4GB 2Rx4 PC3-10600R-9 Kit500658-B21, 288, EA; LI 056, HP 32GB 1.5G SATA 2.5in ETY SSD461201-B21, 16, EA; LI 057, HP BLc QLogic QMH2562 8Gb FC HBA Opt451871-B21, 16, EA; LI 058, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 4, EA; LI 059, c7000 Matrix Expansion SuppHA107A3 9K1, 1, EA; LI 060, BL4xxc Svr Bld HW SupportHG927A3 7XE, 16, EA; LI 061, c7000 Matrix Expansion SuppHG927A3 9K1, 1, EA; LI 062, HP BLc7000 10K Rack Ship Brkt Opt Kit433718-B21, 1, EA; LI 063, HP TFT7600 US Rckmnt Keybrd 17in MonitorAG052A, 1, EA; LI 064, HP Ethernet 4ft CAT5e RJ45 M/M CableC7533A, 10, EA; LI 065, HP 3PH 48A NA/JP Pwr Monitoring PDUAF916A, 2, EA; LI 066, HP KVM Cnsl USB VM CAC ITFC AdptrAF623A, 7, EA; LI 067, HP 0x2x16 KVM SVR Cnsl G2 VM CAC SWAF618A, 1, EA; LI 068, HP 2, 7X C-13 Stk Intl Modular PDUAF500A, 1, EA; LI 069, HP 10K Rack Airflow Optimization KitAF090A, 1, EA; LI 070, HP 10K G2 600mm Stabilizer KitAF062A, 1, EA; LI 071, HP BLc 3m 10-GbE CX4 Cable Opt444477-B23, 1, EA; LI 072, HP BLc 1m 10-GbE CX4 Cable Opt444477-B22, 1, EA; LI 073, HP IP CAT5 Qty-8 6ft/2m Cable263474-B22, 1, EA; LI 074, HP Rack 10000 Series Carbon Baying Kit248929-B21, 1, EA; LI 075, HP BLc 10Gb SR SFP+ Opt455883-B21, 8, EA; LI 076, HP 8Gb Shortwave B-series FC SFP+ 1 PackAJ716A, 60, EA; LI 077, HP BLc 10Gb SR SFP+ Opt455883-B21, 8, EA; LI 078, Rack and Rack Options InstallationHA113A1 5BY, 1, EA; LI 079, HP BLc7000 1PH Matrix Expansion Kit507021-B21, 1, EA; LI 080, HP BL490c G6 CTO Blade498357-B21, 16, EA; LI 081, HP E5540 BL490c G6 FIO Kit509322-L21, 16, EA; LI 082, HP E5540 BL490c G6 Kit509322-B21, 16, EA; LI 083, HP 4GB 2Rx4 PC3-10600R-9 Kit500658-B21, 288, EA; LI 084, HP 32GB 1.5G SATA 2.5in ETY SSD461201-B21, 16, EA; LI 085, HP BLc QLogic QMH2562 8Gb FC HBA Opt451871-B21, 16, EA; LI 086, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 4, EA; LI 087, c7000 Matrix Expansion SuppHA107A3 9K1, 1, EA; LI 088, BL4xxc Svr Bld HW SupportHG927A3 7XE, 16, EA; LI 089, c7000 Matrix Expansion SuppHG927A3 9K1, 1, EA; LI 090, HP BLc7000 10K Rack Ship Brkt Opt Kit433718-B21, 1, EA; LI 091, HP Ethernet 4ft CAT5e RJ45 M/M CableC7533A, 4, EA; LI 092, HP KVM Cnsl USB VM CAC ITFC AdptrAF623A, 4, EA; LI 093, HP BLc 1m 10-GbE CX4 Cable Opt444477-B22, 2, EA; LI 094, HP IP CAT5 Qty-8 6ft/2m Cable263474-B22, 1, EA; LI 095, HP CP Svc for ProLiant ExperienceHF385E, 13, EA; LI 096, HP BLc 10Gb SR SFP+ Opt455883-B21, 8, EA; LI 097, HP 8Gb Shortwave B-series FC SFP+ 1 PackAJ716A, 24, EA; LI 098, HP BLc VC 1Gb RJ-45 SFP Opt Kit453154-B21, 4, EA; LI 099, HP BLc 10Gb SR SFP+ Opt455883-B21, 12, EA; LI 100, HP External CD/DVD R/RW USB DriveFS943AA, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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. This Justification and Approval (J&A) on a brand name only basis is for the purchase of HP blade servers. This acquisition is to extend the Enterprise Server Operations Center (ESOC) Information Technology (IT) infrastructure to ESOC West. The infrastructure being implemented at ESOC West is a replication of the existing infrastructure currently in place at the ESOC East.This establishment of ESOC West is a key component of the Data Center Consolidation program. ESOC West will be one of two production data centers that will house all of the Departments production servers up to the Secret classification level. This acquisition will provide the virtual infrastructure to host those servers. This acquisition is one of several to establish the ESOC West IT infrastructure. The architecture will be a replica of the IT infrastructure already in production at ESOC East. It will use the same suite of products in use at ESOC East to ensure compatibility across enclaves and to maintain consistency across sites to ensure the ability to centrally support the customer lights-out ESOCs. This is in full compliance with our FISMA reporting responsibilities and the Presidents Management Agenda.41 USC 253(c)(1), FAR 6.302-1(c), Only one responsible source and no other supplies or services will satisfy agency requirements. Paragraph (c) provides for use of a brand name procurement. As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements as key components of the ESOC West IT infrastructure. This purchase is one of several to replicate the Departments existing ESOC East IT infrastructure. Sellers are to offer their best delivery time ARO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/101903A016/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520
Zip Code: 20520
 
Record
SN02181668-W 20100620/100618234429-c0e91f46c00e35d5f8e580b6c27a4ddc (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.