MODIFICATION
70 -- Dell R910 servers
- Notice Date
- 9/24/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- 1701 N Myer Drive, Rosslyn, VA 20909
- ZIP Code
- 20909
- Solicitation Number
- 10690J1087
- Response Due
- 9/24/2010
- Archive Date
- 3/23/2011
- Point of Contact
- Name: Cynthia Tillman, Title: Logistical Management Specialist, Phone: 703-875-5867, Fax:
- E-Mail Address
-
tillmancl@state.gov;
- Small Business Set-Aside
- N/A
- Description
- CANCELLATION NOTICE: Bids are being solicited under solicitation number 10690J1087. 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. 220987. 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 2010-09-24 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be BELTSVILLE, MD 20705 The Department of State requires the following items, Exact Match Only, to the following: LI 001, R910 Chassis for up to Sixteen 2.5-Inch Hard Drives (224-7592)Base Unit: R910 Chassis for up to Sixteen 2.5-Inch Hard Drives (224-7592)Processor: PowerEdge R910 Shipping (330-6746)Memory: 256GB Memory (64x4GB), 1066MHz, Quad Ranked RDIMMs for 4 Processors, PerformanceOptimized (317-3444)Memory: Memory Riser for PE R910, Qty 8 (330-6786)Monitor: Dual Two-Port Embedded Broadcom NetXtreme II 5709 Gigabit Ethernet Controllers (330-7444)Video Card: 2x Intel Xeon X7560 2.26GHz, 24M cache, 6.40 GT/s QPI, Turbo, HT, 8C, 1066MHz Max Mem (317-3280)Video Memory: Upgrade to Four Intel Xeon X7560 2.26GHz, 8C (317-3286)Video Memory: PowerEdge R910 Heatsinks for 4 Processors (330-6757)Hard Drive: 146GB 10K RPM SA SCSI 6Gbps 2.5in Hotplug Hard Drive (342-2014)Hard Drive Controller: PERC H700 Integrated RAID Controller, 512MB Cache (342-0371)Floppy Disk Drive: Performance BIOS Setting (330-3492)Operating System: No Operating System (420-6320)Mouse: VMware ESXi v4.0, 4CPU Embedded, Advanced, 1 Yr Upgrade Subscription, SD (421-1143)Mouse: VMware ESXi v4.0, 4CPU Advanced, 1 Yr Upgrade Subscription, License, SD (421-1144)Mouse: Internal Dual SD Module with 2x 1GB SD Cards (330-6993)Mouse: Enable Redundant SD Cards (468-4612)NIC: Intel Gigabit ET NIC,Quad Port, Copper, PCIe-4 (430-0657)Modem: iDRAC6 Enterprise (467-8648)CD-ROM or DVD-ROM Drive: DVD ROM, SATA, INTERNAL (313-9126)Sound Card: PowerEdge R910 Bezel (313-9186)Documentation Diskette: Dell Management Console (330-5280)Documentation Diskette: Electronic System Documentation and OpenManage DVD Kit (330-9416)Additional Storage Products: 146GB 10K RPM SA SCSI 6Gbps 2.5in Hotplug Hard Drive (342-2014)Feature RAID 1 for PERC H200 or PERC H700 Controllers (Non-Mixed Drives) (342-0390)Feature Sliding Ready Rails With Cable Management Arm (330-9417)Service: Dell Hardware Limited Warranty Plus On Site Service Initial Year (909-3537)Service: Dell Hardware Limited Warranty Plus On Site Service Extended Year (909-3558)Service: MISSION CRITICAL PACKAGE: Enhanced Services, 3 Year (909-3608)Service: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, 2 Year Extended (923-6692) ***CONTINUED ONLINE ITEM 2***, 2, LT; LI 002, Service: ProSupport for IT: 7x24 HW / SW Tech Support and Assistance for Certified IT Staff, 3 Year (923-6882)Service: Mission Critical Package: 4-Hour 7x24 On-Site Service with Emergency Dispatch, Initial Year (926-9840)Service: Thank you choosing Dell ProSupport. For tech support, visit http://support.dell.com/ProSupportor call 1-800-9 (989-3439)Dirline: Keep Your Hard Drive, 3 Year (983-6402)Installation: On-Site Installation Declined (900-9997)Misc: High Output Power Supply (1100W), Redundant Full-power configuration (2+2) (330-7498)Misc: Qlogic 2560 Single Channel 8Gb Optical Fiber Channel HBA PCIe (341-9097)Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter (310-8509)Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter (310-8509)Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter (310-8509)Misc: Power Cord, NEMA 5-15P to C13, 15 amp, wall plug, 10 feet / 3 meter (310-8509)Misc: Qlogic 2560 Single Channel 8Gb Optical Fiber Channel HBA PCIe (341-9097)CFI,Unique Identifier Federal Information,Label,Medium,11 Factory Install (367-5464) ***END LINE ITEM DESCRIPTION***, 2, LT; 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. 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; these can be submitted to clientservices@fedbid.com. 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 grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. 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 software is licensed originally to Buyer as the original licensee authorized to use the software. 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. 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. 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. 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.") This Justification and Approval (J&A) on a brand name only basis is for the purchase of of two (2) Dell PowerEdge R910s. The use of a brand name description is essential to ESSs requirements, for the DoS network, established infrastructure, and connectivity requirements, thereby precluding consideration of the products of another company. To be considered for award, all Sellers must be manufacturer authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers will be required to provide documentation as proof of authorization to be considered for award. Please send this documentation to FedBids client services team (clientservices@fedbid.com) prior to the close of this Buy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10690J1087/listing.html)
- Place of Performance
- Address: BELTSVILLE, MD 20705
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN02296309-W 20100926/100924235359-d147a0081ae04e2bdca9cf440c6bcfeb (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 |